Public Works and Government Services Travaux publics et Services 1 1 Canada gouvernementaux Canada
RETURN BIDS TO: Title - Sujet RETOURNER LES SOUMISSIONS À: DISPOSAL BY DEMILITARIZATION Bid Receiving - PWGSC / Réception des soumissions Solicitation No. - N° de l'invitation Amendment No. - N° modif. - TPSGC W8486-14YC03/A 001 11 Laurier St. / 11, rue Laurier Client Reference No. - N° de référence du client Date Place du Portage, Phase III Core 0A1 / Noyau 0A1 W8486-14YC03 2014-04-22 Gatineau GETS Reference No. - N° de référence de SEAG Québec PW-$$BK-371-24443 K1A 0S5 Bid Fax: (819) 997-9776 File No. - N° de dossier CCC No./N° CCC - FMS No./N° VME 371bk.W8486-14YC03 Time Zone SOLICITATION AMENDMENT Solicitation Closes - L'invitation prend fin at - à 02:00 PM Fuseau horaire MODIFICATION DE L'INVITATION Eastern Daylight Saving on - le 2014-05-20 Time EDT F.O.B. - F.A.B. The referenced document is hereby revised; unless otherwise Plant-Usine: Destination: Other-Autre: indicated, all other terms and conditions of the Solicitation remain the same. Address Enquiries to: - Adresser toutes questions à: Buyer Id - Id de l'acheteur Derby, Sandra 371bk Ce document est par la présente révisé; sauf indication contraire, Telephone No. - N° de téléphone FAX No. - N° de FAX les modalités de l'invitation demeurent les mêmes. (819) 956-0257 ( ) (819) 956-5650 Destination - of Goods, Services, and Construction: Destination - des biens, services et construction:
Comments - Commentaires
Instructions: See Herein Vendor/Firm Name and Address Raison sociale et adresse du Instructions: Voir aux présentes fournisseur/de l'entrepreneur
Delivery Required - Livraison exigée Delivery Offered - Livraison proposée
Vendor/Firm Name and Address Raison sociale et adresse du fournisseur/de l'entrepreneur
Issuing Office - Bureau de distribution Telephone No. - N° de téléphone Munitions Division (BK) / Division des munitions Facsimile No. - N° de télécopieur (BK) Name and title of person authorized to sign on behalf of Vendor/Firm 11 Laurier St./11, rue Laurier (type or print) 8C2, Place du Portage, Phase III Nom et titre de la personne autorisée à signer au nom du fournisseur/ Gatineau Québec de l'entrepreneur (taper ou écrire en caractères d'imprimerie) K1A 0S5
Signature Date
Canada Page 1 of - de 2 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W8486-14YC03/A 001 371bk Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME W8486-14YC03 371bkW8486-14YC03
Solicitation Amendment #001 is raised to alert Bidders that the attachments previously posted were incorrect. Please refer to Attachment LOI - Full Demil (English) only for information.
All other terms and conditions of the Letter of Interest remain in effect.
Page 2 of - de 2 THIS DOCUMENT CONTAINS A SECURITY REQUIREMENT
TABLE OF CONTENTS
PART 1 - GENERAL INFORMATION
1. Introduction 2. Summary 3. Debriefings
PART 2 - BIDDER INSTRUCTIONS
1. Standard Instructions, Clauses and Conditions 2. Submission of Bids 3. Enquiries - Bid Solicitation 4. Applicable Laws
PART 3 - BID PREPARATION INSTRUCTIONS
1. Bid Preparation Instructions
PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION
1. Evaluation Procedures 2. Basis of Selection
PART 5 - CERTIFICATIONS
1. Mandatory Certifications Required Precedent to Contract Award
PART 6 - SECURITY, FINANCIAL AND OTHER REQUIREMENTS
1. Security Requirement 2. Financial Capability 3. Controlled Goods Requirement 4. Insurance Requirements
PART 7 - RESULTING CONTRACT CLAUSES
1. Requirement 2. Standard Clauses and Conditions 3. Security Requirement 4. Term of Contract 5. Authorities 6. Payment 7. Invoicing Instructions 8. Certifications 9. Applicable Laws 10. Priority of Documents 11. Defence Contract 12. Insurance 13. Controlled Goods Program 14. Limitation of Liability
1 List of Annexes:
ANNEX A Security Requirements Check List ANNEX B Statement of Work Appendix B1 – Glossary of Terms Appendix B2 – List of Acronyms Appendix B3 – Applicable Documentation Appendix B4 – Proven Technologies for Ammunition Demilitarization Appendix B5 – Abatement Systems for Proven Technologies for Ammunition Demilitarization Appendix B6 – Summary of DND/CF Ammunition and Explosives Totals by Group for Demilitarization Appendix B7 – Canadian CTAT for DND 2586 “Certificate of Demilitarization” Appendix B8 – Government Supplied Material (GSM) Appendix B9 – Contract Data (CDRL, DIDs) Appendix B10 - Data Item Descriptions (DIDs) ANNEX C – Bid Evaluation Appendix C1 – Technical Matrix of Compliance ANNEX D – Basis of Payment with Price Proposal Presentation Sheet ANNEX E – Non-Disclosure Agreement ANNEX F – Insurance ANNEX G - DND 626 Task Authorization Form ANNEX H – Federal Contractor’s Program
2 Disposal by Demilitarization Service Capability
PART 1 - GENERAL INFORMATION
1. Introduction
The bid solicitation is divided into seven parts plus attachments and annexes, as follows:
Part 1 General Information: provides a general description of the requirement;
Part 2 Bidder Instructions: provides the instructions, clauses and conditions applicable to the bid solicitation;
Part 3 Bid Preparation Instructions: provides bidders with instructions on how to prepare their bid;
Part 4 Evaluation Procedures and Basis of Selection: indicates how the evaluation will be conducted, the evaluation criteria that must be addressed in the bid, and the basis of selection;
Part 5 Certifications: includes the certifications to be provided;
Part 6 Security, Financial and Other Requirements; and
Part 7 Resulting Contract Clauses: includes the clauses and conditions that will apply to any resulting contract.
The Annexes include the Statement of Work, the Basis of Payment, the Security Requirements Checklist, the Federal Contractors Program for Employment Equity - Certification, the Insurance Requirements, the DND 626 Task Authorization Form and any other annexes and appendices.
2. Summary
The Department of National Defence/Canadian Forces (DND/CF) maintains a stockpile of ammunition. Within this inventory reside select natures of Ammunition and Explosives (A&E), Munitions Scrap (MS), Aids to Production (A to P) and ammunition salvage which are surplus to requirements or are obsolete. The DND/CF, therefore, has a requirement for a contracted Disposal by Demilitarization service capability.
The period of the Contract will be for a minimum of 10 years.
There is a security requirement associated with this requirement. For additional information, consult Part 6 - Security, Financial and Other Requirements, and Part 7 - Resulting Contract Clauses. Bidders should consult the "Security Requirements for PWGSC Bid Solicitations - Instructions for Bidders" (http://www.tpsgc-pwgsc.gc.ca/app-acq/lc-pl/lc-pl-eng.html#a31) document on the Departmental Standard Procurement Documents website.
Bidders must provide a list of names, or other related information as needed, pursuant to section 01 of Standard Instructions 2003.
The requirement is limited to Canadian goods and/or services.
This procurement is subject to the Controlled Goods Program.
The requirement is subject to the provisions of the Agreement on Internal Trade (AIT).
3 There is a Federal Contractors Program (FCP) for employment equity requirement associated with this procurement; see Part 5 - Certifications, Part 7 - Resulting Contract Clauses and the annex named Federal Contractors Program for Employment Equity - Certification.
3. Debriefings
Bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within 15 working days of receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person.
PART 2 - BIDDER INSTRUCTIONS
1. Standard Instructions, Clauses and Conditions
All instructions, clauses and conditions identified in the bid solicitation by number, date and title are set out in the Standard Acquisition Clauses and Conditions Manual(https://buyandsell.gc.ca/policy-and-guidelines/standard-acquisition-clauses-and- conditions-manual) issued by Public Works and Government Services Canada. Bidders who submit a bid agree to be bound by the instructions, clauses and conditions of the bid solicitation and accept the clauses and conditions of the resulting contract.
The 2003 (2014-03-01) Standard Instructions - Goods or Services - Competitive Requirements, are incorporated by reference into and form part of the bid solicitation.
Subsection 5.4 of 2003, Standard Instructions - Goods or Services - Competitive Requirements, is amended as follows:
Delete: sixty (60) days Insert: one hundred and twenty (120) days
The 4006 (2010-08-16) Contractor to Own Intellectual Property Rights in Foreground Information – Supplemental General Conditions – are incorporated by reference into and form part of the bid solicitation.
2. Submission of Bids
Bids must be submitted only to Public Works and Government Services Canada (PWGSC) Bid Receiving Unit by the date, time and place indicated on page 1 of the bid solicitation.
Due to the nature of the bid solicitation, bids transmitted by facsimile to PWGSC will not be accepted.
3. Enquiries - Bid Solicitation
All enquiries must be submitted in writing to the Contracting Authority no later than ten (10) calendar days before the bid closing date. Enquiries received after that time may not be answered.
Bidders should reference as accurately as possible the numbered item of the bid solicitation to which the enquiry relates. Care should be taken by bidders to explain each question in sufficient detail in order to enable Canada to provide an accurate answer. Technical enquiries that are of a proprietary nature must be clearly marked "proprietary" at each relevant item. Items identified as “proprietary” will be treated as such except where Canada determines that the enquiry is not of a proprietary nature. Canada may edit the questions or may request that the Bidder do so, so that the proprietary nature of the question is eliminated, and the enquiry can be answered with copies
4 to all bidders. Enquiries not submitted in a form that can be distributed to all bidders may not be answered by Canada.
4. Applicable Laws
Any resulting contract must be interpreted and governed, and the relations between the parties determined, by the laws in force in Ontario.
Bidders may, at their discretion, substitute the applicable laws of a Canadian province or territory of their choice without affecting the validity of their bid, by deleting the name of the Canadian province or territory specified and inserting the name of the Canadian province or territory of their choice. If no change is made, it acknowledges that the applicable laws specified are acceptable to the bidders.
5. Improvement of Requirement During Solicitation Period
Should bidders consider that the specifications or Statement of Work contained in the bid solicitation could be improved technically or technologically, bidders are invited to make suggestions, in writing, to the Contracting Authority named in the bid solicitation. Bidders must clearly outline the suggested improvement as well as the reason for the suggestion. Suggestions that do not restrict the level of competition nor favour a particular bidder will be given consideration provided they are submitted to the Contracting Authority at least twenty (20) days before the bid closing date. Canada will have the right to accept or reject any or all suggestions.
PART 3 - BID PREPARATION INSTRUCTIONS
1. Bid Preparation Instructions
Canada requests that bidders provide their bid in separately bound sections as follows:
Section I: Technical Bid (4 hard copies)
Section II: Financial Bid (1 hard copy)
Section III: Certifications (1 hard copy)
Prices must appear in the financial bid only. No prices must be indicated in any other section of the bid.
Canada requests that bidders follow the format instructions described below in the preparation of their bid:
(a) use 8.5 x 11 inch (216 mm x 279 mm) paper; (b) use a numbering system that corresponds to the bid solicitation.
In April 2006, Canada issued a policy directing federal departments and agencies to take the necessary steps to incorporate environmental considerations into the procurement process Policy on Green Procurement (http://www.tpsgc-pwgsc.gc.ca/ecologisation-greening/achats- procurement/politique-policy-eng.html). To assist Canada in reaching its objectives, bidders should:
1) use 8.5 x 11 inch (216 mm x 279 mm) paper containing fibre certified as originating from a sustainably-managed forest and containing minimum 30% recycled content; and
5 2) use an environmentally-preferable format, printing double sided/duplex, using staples or clips instead of cerlox, duotangs or binders.
Section I: Technical Bid
In their technical bid, bidders should demonstrate their understanding of the requirements contained in the bid solicitation and explain how they will meet these requirements. Bidders should demonstrate their capability and describe their approach in a thorough, concise and clear manner for carrying out the work.
The technical bid should address clearly and in sufficient depth the points that are subject to the evaluation criteria against which the bid will be evaluated. Simply repeating the statement contained in the bid solicitation is not sufficient. In order to facilitate the evaluation of the bid, Canada requests that bidders address and present topics in the order of the evaluation criteria under the same headings. To avoid duplication, bidders may refer to different sections of their bids by identifying the specific paragraph and page number where the subject topic has already been addressed.
Section II: Financial Bid
1.1 Bidders must submit their financial bid in accordance with the Basis of Payment with Price Proposal Presentation Sheet in Annex D. The total amount of Applicable Taxes must be shown separately.
1.2 Exchange Rate Fluctuation
C3011T (2013-11-06) Exchange Rate Fluctuation
Section III: Certifications
Bidders must submit the certifications required under Part 5.
PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION
1. Two Step Bid Evaluation Process
Step 1: Initial Review of Mandatory Requirements
Canada will conduct an initial review of the Bidder’s proposal to determine if all mandatory requirements have been addressed and met as required. This will include scored criteria that contain a mandatory pass standard. This will be a paper evaluation only. After the initial review the Contracting Authority will provide each Bidder with a “Preliminary Evaluation Report” listing the non-compliant mandatory requirements evaluated to date. This will include only a list of RFP references and the score for each failed rated requirement.
Bidders that do not meet all mandatory requirements will be invited to submit additional or different information to prove to evaluators, in accordance with the RFP, that the proposal is compliant with those mandatory requirements. This information must be submitted to the Bid Receiving Unit on or before the date and closing time specified in the invitation.
The new information submitted by the Bidder must be based on the system it proposed at bid closing. A Bidder responding to a request for information will not be allowed to do a hardware or software substitution to correct a non-compliance issue. The paper evaluation mandatory requirements will be those included in the following areas:
6 (TBD)
Step 2: Final Review of Mandatory Requirements
Canada will conduct a final review of the Bidder’s proposal, taking into account the new information submitted, to determine if all mandatory requirements have been met as required in the RFP. Should one or more of the initially evaluated non-compliant mandatory requirements continue to be evaluated as non-compliant after receipt of the new information, or a new non-compliancy be created as a result of the new information, the proposal will be evaluated as non-responsive and will not be given any further consideration. The new information submitted will take precedence over that submitted with the original bid at bid closing.
Proposals that have demonstrated compliance with mandatory requirements at the conclusion of the final review will continue to be evaluated. For scored criteria that require a pass mark, if the new information provided by bidders renders the criteria compliant, those criteria will be given only the originally assessed scores.
2. Evaluation Procedures
(a) Bids will be assessed in accordance with the entire requirement of the bid solicitation including the technical and financial evaluation criteria.
(b) An evaluation team composed of representatives of Canada will evaluate the bids.
2.1 Technical Evaluation
Mandatory and point rated technical evaluation criteria are included in Appendix C1 and Appendix C2 of Annex C.
2.2 Financial Evaluation
2.2.1 Mandatory Financial Criteria
SACC Manual Clause A0220T (2013-04-25) Evaluation of Price
3. Basis of Selection
3.1 Basis of Selection – Highest Combined Rating of Technical Merit and Price
1. To be declared responsive, a bid must: a. comply with all the requirements of the bid solicitation; and b. meet all mandatory criteria; and c. obtain the required minimum of TBD points specified for the technical evaluation.
The rating is performed on a scale of 0-1000 points.
2. Bids not meeting a or b or c will be declared non-responsive.
3. The selection will be based on the highest responsive combined rating of technical merit and price. The ratio will be 70% for the technical merit and 30% for the price.
7 4. To establish the technical merit score, the overall technical score for each responsive bid will be determined as follows: total number of points obtained / maximum number of points available multiplied by the ratio of 70 %.
5. To establish the pricing score, each responsive bid will be prorated against the lowest evaluated price and the ratio of 30%. Within the 30%, there will be a further breakdown between processing costs and transportation costs. The ratio for this will be 70% for processing and 30% for transportation.
6. For each responsive bid, the technical merit score and the pricing score will be added to determine its combined rating.
7. Neither the responsive bid obtaining the highest technical score nor the one with the lowest evaluated price will necessarily be accepted. The responsive bid with the highest combined rating of technical merit and price will be recommended for award of a contract.
PART 5 - CERTIFICATIONS
Bidders must provide the required certifications and associated information to be awarded a contract.
The certifications provided by bidders to Canada are subject to verification by Canada at all times. Canada will declare a bid non-responsive, or will declare a contractor in default in carrying out any of its obligations under the Contract, if any certification made by the Bidder is found to be untrue, whether made knowingly or unknowingly, during the bid evaluation period or during the contract period.
The Contracting Authority will have the right to ask for additional information to verify the Bidder’s certifications. Failure to comply and to cooperate with any request or requirement imposed by the Contracting Authority may render the bid non-responsive or constitute a default under the Contract.
1. Mandatory Certifications Required Precedent to Contract Award
1.1 Integrity Provisions - Associated Information
By submitting a bid, the Bidder certifies that the Bidder and its Affiliates are in compliance with the provisions as stated in Section 01 Integrity Provisions - Bid of Standard Instructions 2003. The associated information required within the Integrity Provisions will assist Canada in confirming that the certifications are true
1.2 Federal Contractors Program for Employment Equity - Bid Certification
By submitting a bid, the Bidder certifies that the Bidder, and any of the Bidder's members if the Bidder is a Joint Venture, is not named on the Federal Contractors Program (FCP) for employment equity "FCP Limited Eligibility to Bid" list (http://www.labour.gc.ca/eng/standards_equity/eq/emp/fcp/list/inelig.shtml) available from Human Resources and Skills Development Canada (HRSDC) - Labour's website
Canada will have the right to declare a bid non-responsive if the Bidder, or any member of the Bidder if the Bidder is a Joint Venture, appears on the “FCP Limited Eligibility to Bid “list at the time of contract award.
8 Canada will also have the right to terminate the Contract for default if a Contractor, or any member of the Contractor if the Contractor is a Joint Venture, appears on the “FCP Limited Eligibility to Bid” list during the period of the Contract.
The Bidder must provide the Contracting Authority with a completed annex Federal Contractors Program for Employment Equity - Certification, before contract award. If the Bidder is a Joint Venture, the Bidder must provide the Contracting Authority with a completed annex Federal Contractors Program for Employment Equity - Certification, for each member of the Joint Venture.
PART 6 - SECURITY, FINANCIAL AND OTHER REQUIREMENTS
1. Security Requirement
1. Before award of a contract, the following conditions must be met:
(a) the Bidder must hold a valid organization security clearance as indicated in Part 7 - Resulting Contract Clauses;
(b) the Bidder's proposed individuals requiring access to classified or protected information, assets or sensitive work site(s) must meet the security requirement as indicated in Part 7 - Resulting Contract Clauses;
(c) the Bidder must provide the name of all individuals who will require access to classified or protected information, assets or sensitive work sites;
(d) the Bidder’s proposed location of work performance or document safeguarding must meet the security requirement as indicated in Part 7 - Resulting Contract Clauses;
(e) the Bidder must provide the address(es) of proposed location(s) of work performance or document safeguarding as indicated in Part 3 - Section IV Additional Information.
2. Bidders are reminded to obtain the required security clearance promptly. Any delay in the award of a contract to allow the successful bidder to obtain the required clearance will be at the entire discretion of the Contracting Authority.
3. For additional information on security requirements, bidders should refer to the Canadian Industrial Security Directorate (CISD), Industrial Security Program of Public Works and Government Services Canada (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) website.
2. Financial Capability
SACC Manual clause A9033T (2012-07-16) Financial Capability
3. Controlled Goods Requirement
SACC Manual clause A9130T (2011-05-16) Controlled Goods Program
4. Insurance Requirements The Contractor must comply with the insurance requirements specified in Annex F. The Contractor must maintain the required insurance coverage for the duration of the Contract. Compliance with the insurance requirements does not release the Contractor from or reduce its liability under the Contract.
9 The Contractor is responsible for deciding if additional insurance coverage is necessary to fulfill its obligation under the Contract and to ensure compliance with any applicable law. Any additional insurance coverage is at the Contractor's expense, and for its own benefit and protection. The Contractor must forward to the Contracting Authority within ten (10) days after the date of award of the Contract, a Certificate of Insurance evidencing the insurance coverage and confirming that the insurance policy complying with the requirements is in force. For Canadian-based Contractors, coverage must be placed with an Insurer licensed to carry out business in Canada, however, for Foreign-based Contractors, coverage must be placed with an Insurer with an A.M. Best Rating no less than “A-”. The Contractor must, if requested by the Contracting Authority, forward to Canada a certified true copy of all applicable insurance policies.
PART 7 - RESULTING CONTRACT CLAUSES
The following clauses and conditions apply to and form part of any contract resulting from the bid solicitation.
1. Requirement
The DND/CF has a requirement for a contracted Disposal by Demilitarization service capability.
The period of the Contract will be for a minimum of 10 years.
1.1 Optional Goods and/or Services
The Contractor grants to Canada the irrevocable option to extend the term of the Contract by up to two (2) additional three (3) year periods under the same conditions. The Contractor agrees that, during the extended period of the Contract, it will be paid in accordance with the applicable provisions as set out in the Basis of Payment. Canada may exercise this option at any time by sending a written notice to the Contractor at least 60 calendar days before the expiry date of the Contract. The option may only be exercised by the Contracting Authority, and will be evidenced for administrative purposes only, through a contract amendment. 1.2 Task Authorization
The Work or a portion of the Work to be performed under the Contract will be on an "as and when requested basis" using a Task Authorization. The Work described in the Task Authorization must be in accordance with the scope of the Contract.
1.2.1 Task Authorization Process
1. The Technical Authority will provide the Contractor with a description of the task using the DND 626, Task Authorization Form in Annex G.
2. The Task Authorization will contain the details of the activities to be performed, a description of the deliverables, and a schedule indicating completion dates for the major activities or submission dates for the deliverables. The Task Authorization will also include the applicable basis (bases) and methods of payment as specified in the Contract.
10 3. The Contractor must provide the Technical Authority, within 10 calendar days of its receipt, the proposed total estimated cost for performing the task and a breakdown of that cost, established in accordance with the Basis of Payment specified in the Contract.
4. The Contractor must not commence work until a Task Authorization authorized by the Technical Authority has been received by the Contractor. The Contractor acknowledges that any work performed before a Task Authorization has been received will be done at the Contractor's own risk.
1.2.2 Task Authorization Limit
The Technical Authority may authorize individual task authorizations up to a limit of $ TBD after Contract Award, Applicable Taxes included, inclusive of any revisions. Any task authorization to be issued in excess of that limit must be authorized by the Contracting Authority before issuance.
1.2.3 Minimum Work Guarantee - All the Work - Task Authorizations - TBD
1.2.4 Task Authorization - Department of National Defence The administration of the Task Authorization process will be carried out by the Technical Authority. This process includes monitoring, controlling and reporting on expenditures of the contract with task authorizations to the Contracting Authority.
2. Standard Clauses and Conditions All clauses and conditions identified in the Contract by number, date and title are set out in the Standard Acquisition Clauses and Conditions Manual(https://buyandsell.gc.ca/policy-and- guidelines/standard-acquisition-clauses-and-conditions-manual) issued by Public Works and Government Services Canada.
2.1 General Conditions
2035 (2014-03-01) General Conditions - Higher Complexity - Services, apply to and form part of the Contract.
2.2 Supplemental General Conditions
4006 (2010-08-16) Canada to Own Intellectual Property Rights in Foreground Information, apply to and form part of the Contract.
3. Security Requirement
1. The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Facility Security Clearance at the level of NATO SECRET, with approved Document safeguarding at the level of NATO SECRET, issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).
2. The Contractor/Offeror personnel requiring access to PROTECTED/CLASSIFIED information, assets or sensitive work site(s) must EACH hold a valid personnel security screening at the level of NATO SECRET, granted or approved by the CISD, PWGSC.
11 3. The Contractor/Offeror personnel requiring access to NATO UNCLASSIFIED information or assets do not require to hold a personnel security clearance; however, the Contractor must ensure that the NATO Unclassified information is not releasable to third parties and that the "need to know" principle is applied to personnel accessing this information
4. The Contractor personnel requiring access to NATO RESTRICTED/CLASSIFIED information, assets or sensitive work site(s) must be citizens of a NATO member country or a permanent resident of Canada and must EACH hold a valid personnel security screening at the level of NATO SECRET, granted or approved by the CISD, PWGSC.
5. The Contractor personnel requiring access to FOREIGN PROTECTED/CLASSIFIED information, assets or sensitive work site(s) must EACH hold a valid personnel security screening at the level of NATO SECRET, granted or approved by the CISD, PWGSC.
6. This contract includes access to controlled goods. Prior to access, the contractor must be registered in the Controlled Goods Program of Public Works and Government Services Canada.
7. The Contractor must complete and submit a Foreign Ownership, Control and Influence (FOCI) Questionnaire and associated documentation identified in the FOCI Guidelines for Organizations prior to contract award to identify whether a third party individual, firm or government can gain unauthorized access to CLASSIFIED NATO/FOREIGN information/assets. Public Works and Government Services Canada (PWGSC) will determine if the company is “Not Under FOCI” or “Under FOCI”. When an organization is determined to be Under FOCI, PWGSC will ascertain if mitigation measures exist or must be put in place by the company so it can be deemed “Not Under FOCI through Mitigation”.
The contractor should at all times during the performance of the contract possess a letter from PWGSC identifying the results of the FOCI assessment with a FOCI designation of Not Under FOCI or Not Under FOCI through Mitigation.
All changes to Questionnaire and associated FOCI evaluation factors must immediately be submitted to the Industrial Security Sector (ISS) to determine if the changes impact the FOCI designation.
8. Processing of PROTECTED/CLASSIFIED information electronically at the Contractor/Offeror's site is NOT permitted under this Contract/Standing Offer.
9. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC.
10. The Contractor/Offeror must comply with the provisions of the:
(a) Security Requirements Check List and security guide (if applicable), attached at Annex A; (b) Industrial Security Manual (Latest Edition).
4. Term of Contract
4.1 Period of the Contract
The period of the Contract is from date of Contract to TBD.
12 4.2 Option to Extend the Contract
The Contractor grants to Canada the irrevocable option to extend the term of the Contract by up to two (2) additional three (3) year periods under the same conditions. The Contractor agrees that, during the extended period of the Contract, it will be paid in accordance with the applicable provisions as set out in the Basis of Payment. Canada may exercise this option at any time by sending a written notice to the Contractor at least 60 calendar days before the expiry date of the Contract. The option may only be exercised by the Contracting Authority, and will be evidenced for administrative purposes only, through a contract amendment. 5. Authorities
5.1 Contracting Authority
The Contracting Authority for the Contract is:
Name: ______Title: ______Public Works and Government Services Canada Acquisitions Branch Directorate: ______Address: ______
Telephone: ___-___-______Facsimile: ___-___-______E-mail address: ______
The Contracting Authority is responsible for the management of the Contract and any changes to the Contract must be authorized in writing by the Contracting Authority. The Contractor must not perform work in excess of or outside the scope of the Contract based on verbal or written requests or instructions from anybody other than the Contracting Authority.
5.2 Technical Authority The Technical Authority for the Contract is: TBD The Technical Authority named above is the representative of the department or agency for whom the Work is being carried out under the Contract and is responsible for all matters concerning the technical content of the Work under the Contract. Technical matters may be discussed with the Technical Authority, however the Technical Authority has no authority to authorize changes to the scope of the Work. Changes to the scope of the Work can only be made through a contract amendment issued by the Contracting Authority.
5.3 Procurement Authority The Procurement Authority for the Contract is: TBD The Procurement Authority is the representative of the department or agency for whom the Work is being carried out under the Contract. The Procurement Authority is responsible for the implementation of tools and processes required for the administration of the Contract. The
13 Contractor may discuss administrative matters identified in the Contract with the Procurement Authority however the Procurement Authority has no authority to authorize changes to the scope of the Work. Changes to the scope of Work can only be made through a contract amendment issued by the Contracting Authority.
5.4 Contractor's Representative
Name: Title: Telephone: Facsimile: E-mail:
6. Payment
6.1 Basis of Payment - TBD
6.2 Limitation of Expenditure - Cumulative Total of all Task Authorizations
1. Canada's total liability to the Contractor under the Contract for all authorized Task Authorizations, inclusive of any revisions, must not exceed the sum of $TBD . Customs duties are included and Applicable Taxes are extra.
2. No increase in the total liability of Canada will be authorized or paid to the Contractor unless an increase has been approved, in writing, by the Contracting Authority.
3. The Contractor must notify the Contracting Authority in writing as to the adequacy of this sum:
a. when it is 75 percent committed, or b. four (4) months before the contract expiry date, or c. as soon as the Contractor considers that the sum is inadequate for the completion of the Work required in all authorized TAs, inclusive of any revisions, whichever comes first.
4. If the notification is for inadequate contract funds, the Contractor must provide to the Contracting Authority, a written estimate for the additional funds required. Provision of such information by the Contractor does not increase Canada's liability.
6.3 Multiple Payments
SACC Manual clause H1001C (2008-05-12) Multiple Payment
7. Invoicing Instructions
1. The Contractor must submit invoices in accordance with the section entitled "Invoice Submission" of the general conditions. Invoices cannot be submitted until all work identified in the invoice is completed.
2. Invoices must be distributed as follows:
14 a. The original and one (1) copy must be forwarded to the following address for certification and payment TBD. b. One (1) copy must be forwarded to the Contracting Authority identified under the section entitled "Authorities" of the Contract.
8. Certifications
8.1 Compliance
The continuous compliance with the certifications provided by the Contractor in its bid and the ongoing cooperation in providing associated information are conditions of the Contract. Certifications are subject to verification by Canada during the entire period of the Contract. If the Contractor does not comply with any certification, fails to provide the associated information, or if it is determined that any certification made by the Contractor in its bid is untrue, whether made knowingly or unknowingly, Canada has the right, pursuant to the default provision of the Contract, to terminate the Contract for default.
8.2 Federal Contractors Program for Employment Equity - Default by the Contractor
The Contractor understands and agrees that, when an Agreement to Implement Employment Equity (AIEE) exists between the Contractor and Employment and Social Development Canada (ESDC)-Labour, the AIEE must remain valid during the entire period of the Contract. If the AIEE becomes invalid, the name of the Contractor will be added to the "FCP Limited Eligibility to Bid" list. The imposition of such a sanction by ESDC will constitute the Contractor in default as per the terms of the Contract.
9. Applicable Laws
The Contract must be interpreted and governed, and the relations between the parties determined, by the laws in force in Ontario.
10. Priority of Documents
If there is a discrepancy between the wording of any documents that appear on the list, the wording of the document that first appears on the list has priority over the wording of any document that subsequently appears on the list.
(a) the Articles of Agreement; (b) the supplemental general conditions 4006 (2010-08-16) Canada to Own Intellectual Property Rights in Foreground Information; (c) the general conditions 2035 (2014-03-01) Higher Complexity, Services; (d) Annex A, Security Requirements Check List; (e) Annex B, Statement of Work; (f) Annex D, Basis of Payment; (g) Annex H, Federal Contractors Program for Employment Equity – Certification; (h) Annex F, Insurance Requirements; (i) the signed Task Authorizations (including all of its annexes, if any); (j) the Contractor's bid dated ______, (insert date of bid) (If the bid was clarified or amended, insert at the time of contract award:", as clarified on ______" or ", as amended on ______" and insert date(s) of clarification(s) or amendment(s)).
11. Defence Contract
SACC Manual clause A9006C (2012-07-16) Defence Contract
15 12. Controlled Goods Program
SACC Manual cclause A9131C (2011-05-16) Controlled Goods Program SACC Manual clause B4060C (2011-05-16) Controlled Goods
13. Limitation of Liability
16 ANNEX A
SECURITY REQUIREMENTS CHECK LIST
3
11300-18 (DAEME 4-4) 31 December 2013
DRAFT Statement of Work for Ammunition, Explosive and Munitions Scrap Disposal and Demilitarization Annex B to Request for Proposal
Prepared by
Department of National Defence and the Canadian Armed Forces Assistant Deputy Minister (Material) Director General Land Engineering Program Management Directorate of Ammunition Explosive Management and Engineering Ammunition Disposal, Demilitarization and Recycle Management Section (DAEME) 4-4
©2011 DND/MND Canada
RDIMS OTT_LSTL # 3407415
1/44 Table of Contents Statement of Work for Ammunition, Explosive and Munitions Scrap Disposal by Demilitarization
Article Topic Page
1.0 Scope 5 1.1 Purpose 5 1.2 Interpretation 5 1.3 Governing Explosive Regulatory Departments 5 1.4 Glossary and Acronyms (Definitions and Terminology) 6 1.5 Background 6 1.6 The Crown’s Objective 7 2.0 Applicable Documents 10 3.0 Contractor’s Requirements 10 3.1 Full Demilitarization Location 10 3.2 Responsibility 10 3.3 Infrastructure and Equipment 11 3.3.1 Proven Technology 11 3.3.2 Temperature and Duration 12 3.3.3 Full Demilitarization Site Infrastructure (Must Have) 13 3.4 Other Related Requirements 16 3.4.1 Office Space for Crown Personnel and Witnessing 16 3.4.2 Security 17 3.4.3 Access Control 18 3.4.4 Key control 19 3.4.5 The Crown’s Explosive Safety and Security 19 Requirements 3.5 Equipment Capability and Capacity Throughput 20 3.5.1 Capability and Capacity must Accommodate 100% of 20 Annual Recurring and 10% to 15% of Backlog 3.5.2 Equipment Modification 21 3.5.3 Capability and Capacity 22 3.5.4 Condition of Ammunition & Explosives, Munitions 24 Scrap, Aids to Production and Ammunition Salvage 3.5.5 Full Demilitarization Process and Methods 28 3.5.6 Receipt, Storage and Inventory Control 30 3.5.7 Recover, Reuse and Recycle (R3) 31 3.6 Environmental Compliance 31 3.6.1 General 31 3.6.2 Equipment 32 3.7 Explosive Safety Compliance 33 3.7.1 Qualification 33 3.7.2 Ammunition Accident/Incident Reporting 35
2/44 RDIMS OTT_LSTL # 3407415 Article Topic Page 3.7.3 Technical Data Package Information 34 3.8 Controlled Goods Registered 35 3.9 Recover, Reuse and Recycle (R3) Material/Components 36 3.9.1 Government Supplied Material 36 3.9.2 Ammunition Wood Pallets 36 3.9.3 Munition Scrap Wood Shipping Crates 36 3.10 Transportation 37 3.11 Records and Returns 39 3.12 Quality Control and Assurance 40 3.13 Certificate of Demilitarization and Disposal 40 3.13.1 Certification of Demilitarization 40 3.13.2 Certification of Disposal 40 3.13.3 Documentation Certificate 41 3.14 Green Procurement objectives 42 3.15 Other Qualifications 42 3.16 Risk Management 42 3.17 Demilitarization Management Plan 43 3.18 Meetings and Visits 43 3.16.1 Meetings 43 3.16.2 Visits 44 4 Deliverables 44
This Space Intentional Left Blank
3/44 RDIMS OTT_LSTL # 3407415 This Space Intentional Left Blank
4/44 RDIMS OTT_LSTL # 3407415 1.0 SCOPE
1.1 Purpose
The purpose of this Draft Statement of Work (SOW) is to outline the Department of National Defence and Canadian Armed Forces (DND/CAF) requirement for Disposal by comprehensive Demilitarization (Full Demil) process for Ammunition and Explosives (A&E), Munitions Scrap (MS), Aids to Production (A to P) and Ammunition Salvage.
1.2 Interpretation
1.2.1 Mandatory clauses are those containing the word MUST or SHALL. These clauses shall be observed at all times, unless otherwise authorized by the Technical Authority (TA) in writing.
1.2.2 Advisory clauses are those containing the word SHOULD. These clauses shall be observed at all times, except when such a course is impractical for operational reasons.
1.2.3 Permissive clauses are those containing the word MAY.
1.2.4 In instances where the interpretation suggests various alternative methods of application, the method meeting the highest interest of safety or compliance shall be adopted.
1.3 Governing Explosive Regulatory Departments
1.3.1 Natural Resources Canada, Explosives Regulatory Division, hereafter referred as “NRCan”. NRCan is responsible for administering the Explosives Act (Appendix B1 Reference (Ref) A) and Explosives Regulations (Appendix B1 Ref B) and pursuing the advancement of explosives safety and security technology for the safety and security of the public and all the workers involved in the explosives industry in Canada. NRCan provides services and support to the members of the explosives industry including manufacturers, transporters, importers, sellers and users of explosives.
1.3.2 The DND/CAF, although exempt from the Explosives Act (Appendix B1 Ref A and B) endeavours to comply where it does not conflict with operational requirements. Demil is not an operational requirement.
1.3.3 DAER provides polices and regulatory oversight for the DND/CAF.
1.3.3.1 The DND/CAF applies explosive safety practices and conditions (Appendix B5) that may not be observed or applied by NRCan. Where conflicting policy/regulations requirements exist, the stricter policies/regulation or requirement must be observed.
1.3.4 Hereafter DND/CAF will be referred as "The Crown".
5/44 RDIMS OTT_LSTL # 3407415 1.4 Glossary and Acronyms
1.4.1 To facilitate understanding and the interaction of terminology and definitions contained in this SOW the following is understood by:
1.4.1.1 Demilitarization: Hereafter referred as “Full Demilitarization” or “Fully Demilitarized” (Full Demil) means removing or otherwise nullifying the military potential of a munition prior to its release into a public environment. To be considered fully demilitarized, the ammunition, explosives or munitions scrap must be treated by either a thermal or chemical process ensuring it is completely free of energetic material, after which all munition components must be permanently altered/mutilated to the point that the item is no longer useable as designed or intended and not recognizable as an item of ammunition to a lay person;
1.4.1.2 The remaining terminology and definitions contained in this SOW are articulated in Appendix B2.
1.4.2 A list of acronyms is expressed in Appendix B3.
1.5 Background
1.5.1 The Crown holds an inventory of A&E and A to P to support a multitude of tasks, missions and training. Parts of this inventory have reached the end of their service life and are being declared: life expired, obsolete or surplus to requirements or have deteriorated to such a condition that they are deemed unsafe or unsuitable for further use (yet still safe for transportation (Tpt) and storage). In addition, accumulation of MS is likely to continue as a result of Range Clearances and Contracted Unexploded Ordnance (UXO) activities and the lack of an established Full Demil capability within Canada. A&E, MS, A to P and Ammunition Salvage must be Full Demil before it may be safely released for final material scrap disposal to scrap material recyclers or proper disposal of hazardous waste.
1.5.2 When disposal through sale is not possible or appropriate, The Crown is required to find acceptable and comprehensive methods to fully demilitarize A&E, MS, A to P and Ammunition Salvage. The demilitarizing methods must satisfy numerous Acts, Regulations, and other legislation, policies and programs such as: the Defence Production Act (DPA) (Appendix B1 Ref C), Explosive Safety policies and standards (Appendix B1 Refs G through AA), Controlled Goods Regulations (CGR) (Appendix B1 Refs AB through AD), International Traffic in Arms Regulations (ITAR) (Appendix B1 Refs AE and AG), Intellectual Property (IP) requirements (Appendix B1 Refs AH and AI) and End User Certificates (EUC) requirements (Appendix B1 Ref AJ) while also complying with environmental protection laws and regulations (Appendix B1 Refs AK through AZ). Historically, the disposal of A&E assets has been achieved through sale, functioning, or destruction by open burning/open detonation (OB/OD) and the use of static small arms ammunition (SAA) type incinerators without abatement systems. The Crowns’ former 6/44 RDIMS OTT_LSTL # 3407415 incinerators without abatement systems were environmentally unacceptable and have been withdrawn from service.
1.5.3 A legal requirement of OB/OD (when conducted in Canada) is reporting to Environment Canada all the pollutant releases (to air, water and land) from OB/OD disposal operations and transfers for recycling that exceed a set threshold through the National Pollutant Release Inventory (NPRI). Studies conducted by Defence Research and Development Canadian (DRDC) Valcartier, NATO, UN, US DoD, industry (such as Dr George Thompson from Chemical Compliance System (CCS) Incorporated) have identified that OB/OD practises (dependent upon the type of ammunition being destroyed), release hazardous and chemical substances that can be detrimental to the air, water and soil.
1.5.4 The Crown recognizes the potential harmful effects associated with the destruction of A&E by OB/OD and that alternative, safe and environmentally acceptable methods of destruction must be utilized.
1.6 The Crown Objectives
1.6.1 In order for The Crown to fulfill the Full Demil requirements listed at para 1.5.2 and due to the significant challenges associated with the Transport of A&E and MS out of Canada, it is considered essential that the contractor conduct the Full Demil operation for A&E, MS, A to P and Ammo Salvage on it’s own property within Canadian (Cdn) borders.
1.6.1.1 The Crown is seeking a Full Demil capability that is fully operational within 24 months of contract award.
1.6.2 It is not the intent of The Crown to identify a specific Full Demil process, the equipment required or equipment suppliers, but Canadian standards have to be incorporated which may unintentionally limit the use of some equipment in order to satisfy Legislation, Polices, Regulations and The Crown’s Full Demil and Explosive Safety requirements.
1.6.3 The Full Demil is labour and equipment intensive and at times complex as there is no single procedure, process and/or equipment that is capable of completely meeting or exceeding the regulations and The Crown's requirements for all natures. The Crown’s Explosive Safety Program has built in redundancies to reduce the potential for human error and accidents. Both The Crown and the Contractor must comply with the applicable Acts, legislative, environment and explosive safety requirements while balancing cost effectiveness and efficiency.
1.6.4 The Crown recognizes that there are a broad range of treatments to neutralize energetic material and residues. Likewise, there are environmental technologies that conform to technical standards which meet the environmental criteria indicated throughout this SOW. The Crown considers that Full Demil includes but is not limited to:
1.6.4.1 Transport of the A&E, MS, A to P and Ammunition Salvage from The Crown location to the Contractor’s Full Demil Site;
1.6.4.2 Receipt, verification and control of inventory; 7/44 RDIMS OTT_LSTL # 3407415 1.6.4.3 Processing;
1.6.4.3.1 Unpack and preparation for processing (if necessary) based on the Contractors capability and throughput;
1.6.4.3.2 The neutralization of energetics, chemicals of concern and trace energetic residues;
1.6.4.3.3 Recovery, Reuse and Recycling (R3) of material scrap/hazardous waste pre and post mutilation and Certificate of Demilitarization post final scrap disposal;
1.6.4.3.4 Final disposal of material scrap.
1.6.5 The Crown will be seeking technical information about the contractor’s Full Demil process including the type (model), origin of the equipment (manufacture) and the equipment’s throughput and other unique capabilities specific to the equipment. This information as articulated in Section 3, will be expected to include:
1.6.5.1 Detailed flow charts as identified at para’s 3.3.3 and 3.5.5; and
1.6.5.2 Descriptive statements as to the process to be used.
1.6.6. The Crown will be seeking information on The Contractors capability, capacity, process and procedures to process the expected annual release of The Crown’s assets as detailed in para 3.5.1.
1.6.7 The Crown will be seeking the following supporting documentation that will demonstrate that the Contractor is or will be compliant (as articulated in Section 3 Para’s 3.3 and 3.5) to accomplish the Full Demil:
1.6.7.1 Proof that the contractor is licenced by NRCan to perform the operations on its own property within Cdn borders in a manner that is compliant to all NRCan’s requirements with regards to explosive safety, Tpt, storage and security;
1.6.7.2 The Crown’s requirements (Appendixes B5 and B6)
1.6.7.3 Environment requirements, (including Appendix B6)
1.6.7.4 Occupational health and safety;
1.6.7.5 Material scrap disposal; and
1.6.7.6 Hazardous waste disposal
1.6.8 Green Procurement (Detailed requirements in Section 3, para 3.14)
1.6.8.1 The Crown is seeking where possible “green” processes IAW para 3.14.
1.6.8.2 Federal Sustainable Development Act (FSDA)/DNC/CAF Sustainable Development 8/44 RDIMS OTT_LSTL # 3407415 1.6.8.2.1 Green procurement, definition for this SOW: In accordance with the legislation, policy and regulations, preference will be given for services that have a lesser or reduced impact on the environment over the Full Demil process, when compared with competing services serving the same purpose. Environmental performance considerations include, among other things: the reduction of greenhouse gas emissions and air contaminants; improved energy and water efficiency; reduced waste and support reuse and recycling, the use of renewable resources, reduced hazardous waste, and reduced toxic and hazardous substances. The Crown intends to require the Contractor to demonstrate (pertaining to its Full Demil process) that all above environment impact concerns will be met. (Ref Appendix B1 BY to CF).
1.6.8.2.2 As part of its ongoing commitment to improve the environment and the quality of life of Canadians, The Crown (Ref Appendix B1 CD to CF) seeks to reduce the environmental impacts of government operations and promote environmental stewardship by integrating environmental performance considerations in the procurement process and service contracts. (Appendix B1, CD Section 12 of the FSDA)
1.6.8.2.3 Green procurement is set within the context of achieving value for money. It requires the integration of environmental performance considerations into the procurement process including planning, acquisition, use, demilitarization and disposal. In this context, value for money includes the consideration of many factors such as cost, performance, availability, quality and environmental performance. Green procurement also requires an understanding of the environmental aspects and potential impacts and costs, associated with the life cycle assessment of goods and services being acquired. In addition, the supporting administrative processes, procurement and services contracts methods can also offer opportunities to reduce the environmental impacts of government operations.
Policy and Objective
1.6.8.3 The Green Procurement policy is issued pursuant to section 7 of the Financial Administration Act (Ref Appendix B1, BY), the Department of Public Works and Government Services Act, (Ref Appendix B1, CC) section 4 of the Department of the Environment Act (Ref Appendix B1, CA) and section 5 and 6 of the Department of Natural Resources Act (Ref Appendix B1 CB). The Green Procurement objective is to advance the protection of the environment and support sustainable development by integrating environmental performance considerations into the procurement decision-making process.
9/44 RDIMS OTT_LSTL # 3407415 1.6.8.4 The Crown’s Green Procurement policy also targets specific environmental outcomes where procurement and service contracts can effectively be used to mitigate the impact of environmental issues such as climate change and can support the protection of biodiversity, natural areas, air, soil and water. Where decisions are made to move forward on realizing specific environmental outcomes through procurement, it is expected this will:
1.6.8.4.1 Demonstrate environmental leadership and influence industry and citizens to use environmentally preferable goods, services and processes;
1.6.8.4.2 Stimulate innovation and market development of, and demand for, environmentally preferred goods and services, making these available and mainstream for other sectors of society; and
1.6.8.4.3 Support emerging environmental technologies.
2.0 APPLICABLE DOCUMENTS
2.1 The document references are detailed in Appendix B1. 3.0 CONTRACTOR'S REQUIREMENTS
3.1 Full Demil Location
3.1.1 For the reasons discussed in para 1.6.1, the Contractor’s Full Demil capability and operation for A&E, MS, A to P and Ammo Salvage must be conducted on the contractor’s own property and within the Canadian (Cdn) borders. The capability should be fully operational within 24 months of contract award.
3.1.2 Partnering between companies is permitted, provided that the Full Demil work is centralized at a single location. The contractor must provide a copy of the signed agreement between the companies (if applicable).
3.1.3 Subcontracting of any Demil work by the primary Full Demil Contractor offsite is not authorized by The Crown.
3.2 Responsibility
3.2.1 The Crown retains ownership of the A&E, MS, A to P and Ammunition Salvage items until such time that the Contractor has completed the Full Demil work and The Crown has received a Certificate of Demilitarization (Appendix B7) for each item.
3.2.2 Once the Contractor has completed the Full Demil, the Contractor is then responsible for the final disposal of any hazardous waste and material scrap.
10/44 RDIMS OTT_LSTL # 3407415 3.2.2.1 The Final Disposal of any material scrap must be completed by utilizing acceptable industrial standards. The contractor must detail and demonstrate the final material scrap disposal in para 3.5.5.7; and
3.2.2.2 The final Disposal of any hazardous waste must be completed by utilizing acceptable industrial standards and must be endorsed by appropriate government environmental office(s). The contractor must detail and demonstrate the final hazardous waste disposal in para’s 3.6.2.1 and 3.6.2.4.
3.3 Infrastructure and Equipment
3.3.1 Proven Technology
3.3.1.1 The Contractor must only utilize recognized technologies currently in use and proven by other countries. In addition, these technologies must not have been involved in an industrial A&E accident (where the equipments was found to be at fault) within the last five years. The technologies must incorporate appropriate pollution control measures such as an abatement system (Off Gas Treatment (OGT)) for air emissions and liquid waste treatment for neutralizing energetic materials and other substances of concern. The technologies must also include solid residue processing by thermal or chemical treatment, dis- assembling, size reduction, mutilating the A&E components and MS in which the processing facility’s final product must be creditable and certifiable for final material scrap disposal to recycling companies. The environmental requirements are specified in para 3.6.
This Space Intentional Left Blank
11/44 RDIMS OTT_LSTL # 3407415 3.3.2 Temperature and Duration
3.3.2.1 Thermal Treatment equipment capable of neutralizing A&E energetics and MS energetic residue must comply with the following minimum temperatures and durations (Appendix B1 para H). The contractor must certify and provide supporting documentation that their thermal treatment capability meets the temperature and duration below;
3.3.2.1.1 For A&E
Equipment By Type Temperature Duration Disposition Limits
SAA Incinerators 1200 -1400 ºF 25-35 min No additional treatment required for trace (up to 50 Cal) 649 – 760 ºC energetic residue on or within the cartridge case is required.
Explosive Waste 1200 -1400 ºF 25-35 min The recovered Incinerators( EWI) components require 649 – 760 ºC additional treatment for trace energetic residue.
Rotary Kilns / 1200 ºF + 8-12 min The recovered Deactivation type components require Furnaces 649 ºC + additional treatment for trace energetic residue
Closed or Contained The thermal The recovered Detonation Chamber reaction temperature components require (CDC) (requiring donor of the explosives additional treatment for charge) detonation trace energetic residue
Static Detonation 1100 – 1200 ºF 30 min The recovered Chambers (SDC) components require no 594 – 649 ºC additional treatment. Suitable for next phase of the Demil process mutilation.
This Space Intentional Left Blank
12/44 RDIMS OTT_LSTL # 3407415 3.3.2.1.2 For MS recovered from range clearance operations and MS recovered from A&E Thermal Equipment listed in para 3.3.2.1.1 (above) requiring secondary treatment, the table below specifies the thermal treatment temperatures and duration for MS Energetic Residue and SAA Spent Brass Certification. The contractor must provide certified support documentation that their thermal treatment capability meets the temperature and duration below;
Equipment By Type Temperature Duration Disposition Limits
Flash Furnaces 1200 -1400 ºF 25 - 35 min Suitable for next phase of the Demil process 649 – 760 ºC mutilation
Car Bottom Furnaces 1200 -1400 ºF 25 - 35 min Suitable for next phase of the Demil process 649 – 760 ºC mutilation
SAA Certification 1000 + ºF 20 min Suitable for next phase (SAA brass not of the Demil process previously treated or if 538 ºC + mutilation the SAA incinerator did not reach mandatory temperature and duration)
Note
The primary and secondary thermal treatment equipment types are the most common and recognizable types of equipment utilized throughout the world. The Contractor may request to operate other technologies not specified in this SOW by submission through the CA to the TA.
3.3.3 Full Demil Site Infrastructure
3.3.3.1 The Contractors Full Demil Site Infrastructure must have the capability and capacity to perform the functions listed below. Additionally, the Contractor must provide a site plan and detail process operation as required in para 3.5.5:
3.3.3.1.1 Transit Building Requirements:
3.3.3.1.1.1 Specifically designed for the purpose of shipping and receiving A&E, MS, A to P, Ammo Salvage, Government Supply Material (GSM), Material scrap and hazardous waste.
13/44 RDIMS OTT_LSTL # 3407415 3.3.3.1.1.2 Must have all the necessary tools and equipment required in performing its function to the Contractor’s operation and must employ qualified personnel in regards to the role of this building.
3.3.3.1.1.3 As a Potential Explosion Site (PES) to an Exposed Site (ES) orientation, the transit building must be considered as a workshop structure.
3.3.3.1.2 Warehouse Building Requirements:
3.3.3.1.2.1 Specifically designed for the purpose of the storage of A&E and hazardous waste, MS, A to P, Ammo Salvage and GSM.
3.3.3.1.2.2 Other special purpose buildings as required.
3.3.3.1.2.3 Contractor’s must employ qualified personnel in regards to handling A&E and Hazardous Waste.
3.3.3.1.2.4 Dependant upon the Crown’s ability to release inventory, the Contractor must adapt its work plan to consider:
3.3.3.1.2.4.1 The movement of A&E will require a Threat Risk Assessment (TRA) which can take up to 35 days to approve.
3.3.3.1.2.4.2 The Crown’s operational requirements, which may reduce or preclude its ability to release inventory.
3.3.3.1.2.4.3 Full Demil capability on an estimated warehousing capacity of 30 – 90 days production; and
3.3.3.1.2.5 The Contractors warehousing plan must consider the compatibility criteria of Hazard Classification Codes (HCC) and Net Explosive Quantity (NEQ) for A&E inventory.
3.3.3.1.3 Workshop Building Requirements:
3.3.3.1.3.1 Specifically designed for the purpose of employing all necessary tools and equipment that may be required by the Contractor’s Full Demil process and procedures.
14/44 RDIMS OTT_LSTL # 3407415 3.3.3.1.3.2 Specifically designed for the purpose of conducting unpacking, dis-assembly, breakdown, de-canning, size reduction etc of A&E.
3.3.3.1.3.3 Contractor’s must employ qualified personnel in regards handling A&E, and hazardous waste.
3.3.3.1.4 Energetic Treatment (Thermal or Chemical) Processing Requirements:
3.3.3.1.4.1 Specifically designed for the purpose of accommodating all necessary tools and equipment that may be required by the Contractor’s Full Demil process and procedures.
3.3.3.1.4.2 As stated in para 3.3.1.1. In addition, the pollution control measures must be approved at all appropriate environmental levels (Federal, Provincial, and Municipal). Where the technology utilizes an emission stack, the DND Stack Emissions must also be applied (Appendix B6).
3.3.3.1.4.3 Contractor’s must employ qualified personnel in regards to handling A&E, MS and Hazardous Waste.
3.3.3.1.4.4 As a Potential Explosion Site (PES) to an Exposed Site (ES) orientation, the treatment building must be considered as a workshop structure.
3.3.3.1.5 Energetic Residue (Thermal or Chemical) Treatment Processing Requirements:
3.3.3.1.5.1 Energetic residue arising from MS or from internal by products of the Contractors Full Demil process must be processed IAW para 3.3.2.
3.3.3.1.5.2 Specifically designed for the purpose of employing all necessary tools and equipment that may be required by the Contractor’s Full Demil process and procedures.
3.3.3.1.5.3 As stated in para 3.3.1.1. In addition, the pollution control measures must be approved at all appropriate environmental levels (Federal, Provincial, and Municipal). Where the technology utilizes an emission stack, the DND Stack Emissions must also be applied (Appendix B6).
3.3.3.1.5.4 Contractor’s must employ qualified personnel in regards to handling A&E, UXO, MS and Hazardous Waste.
15/44 RDIMS OTT_LSTL # 3407415 3.3.3.1.6 Open Detonation Destruction Area Requirements:
3.3.3.1.6.1 An NRCan Licenced Destruction Area.
3.3.3.1.6.2 Specifically designed area for the purpose of destroying A&E. It must be capable of accepting the single item NEQ for the largest item being processed:
3.3.3.1.6.2.1 The largest item that could be expected to be destroyed is a 155mm HE projectile with an NEQ 7.15kg of explosive filling having a danger area template of 725m for surface detonation.
3.3.3.1.6.3 Access from the processing area to the destruction area may traverse public roads where approved by NRCan or delegated authority and must be routed as far away from built up areas as possible;
3.3.3.1.6.4 Employ all necessary tools and equipment that is required to conduct destruction activities; and
3.3.3.1.6.5 Contractor must employ personnel sufficiently qualified to destroy A&E.
3.3.3.1.7 Mutilation Building/Area Requirements:
3.3.3.1.7.1 Specifically designed building for the purpose of segregation R3 for material types classed as i.e. plastic, metal, cardboard etc
3.3.3.1.7.2 Employ all necessary tools and equipment required for the mutilation of plastic, metals, cardboard, wood, rubber etc for A to P, Ammunition Salvage and Treated MS.
3.3.3.1.7.3 Secured and controlled access area to prevent A&E, MS, A to P and Ammunition salvage from not being properly processed before entering the final processed material scrap, waiting final disposal action.
3.4 Other Related Requirements
3.4.1 Witnessing - as all commodities provided to the Contractor for Full Demil are Controlled Goods articles as defined by Appendix B1 Refs C, F, AB, AC, AD, AE, AF, AG, and the Mandatory requirements of Appendix B1 Refs AH, AI and AJ, The Crown requires all A&E, MS, A to P and Ammunition Salvage to be witnessed during selected destruction phases and the mutilation phase. The Contractor must provide office space and individual work space for:
16/44 RDIMS OTT_LSTL # 3407415 3.4.1.1 The Crowns personnel assigned to the Contractors Demil Facility as Controlled Goods witnessing personnel under a separate service contract that will be managed by DND.
3.4.2 Security
3.4.2.1 The Contractor must implement Canada's Security regulations and provide a copy of the letter of certification (certificate) as detailed in the following publications:
3.4.2.1.1 Explosives Act and Regulations;
3.4.2.1.2 Defence Production Act;
3.4.2.1.3 RCMP Security Regulations as applied by NRCan; and
3.4.2.1.4 National Defence Security Policy (NDSP) where:
3.4.2.1.4.1 Self Contained type A&E Weapons, Missiles and High Explosive Demolition Material must not be placed under temporary storage. These items must remain in a secured, alarmed magazine;
3.4.2.1.4.2 All personnel employed by the Demil Company must have a security clearance to a level suitable to the Crown in order to handle The Crown’s A&E and MS in addition to access to any Technical Data Information (TDI) that is released to the contractor. The minimum security level is Level II (secret);
3.4.2.1.4.3 The Contractor must provide suitable protection for all hard copies of TDI, classified or protected material, contracts, and controlled access to these resources. Electronic files must be protected and controlled access IAW established Crown information technology (IT) security polices.
3.4.2.1.4.4 The Contractor shall be subject to the Crowns security inspection for the security aspects at para’ 3.4.2.1.4.1 to 3.4.2.1.4.3 and Appendix B5. The Contractor must demonstrate how they will be complaint to all security requirements.
This Space Intentional Left Blank 17/44 RDIMS OTT_LSTL # 3407415 3.4.3 Access Control
3.4.3.1 Only authorized personnel are to be given unescorted access to an explosives storage area/facility. A visitor is defined as any individual authorized entry to the explosives area, which do not have the facility as their primary place of work/duty. Visitors, who routinely require access to the explosives area, such as security, firefighters, contractors performing scheduled routine maintenance, need not be escorted except when entering a PES or other hazardous location. Any person whose conduct or condition, in the opinion of the senior authority present, is considered a potential hazard to the facility or its personnel must be immediately removed or denied access. In particular, any person showing signs of being under the influence of drugs or alcohol must be removed from or denied access to the facility.
3.4.3.2 Persons approaching an A&E Facility are to be identified and their access authority is to be examined. Unauthorized persons and persons found to be loitering must be escorted away from the area and local Law Enforcement (LE) is to be notified immediately.
3.4.3.3 The Contractor’s Demil facility must enact a pass control system for their facility and other hazardous goods storage areas. The system is to provide a means to positively identify facility staff and to readily differentiate them from visitors:
3.4.3.3.1 The pass system must also provide a means to control all pers entering or leaving the facility.
3.4.3.3.2 The pass system must allow for the facility to manage and account for pers during an emergency event.
3.4.3.3.3 All visitors and vehicles must sign into a controlled register book/daily log book. Security staff to sign out all visitors and vehicles.
3.4.3.3.4 Visitors permitted access to a Facility must be escorted at all times. Admission to sites and structures within the area must be limited to those in which the visitor has bona fide business.
3.4.3.4 The Contractor must demonstrate and provide details regarding Access Control.
This Space Intentional Left Blank
18/44 RDIMS OTT_LSTL # 3407415 3.4.4 Key Control
3.4.4.1 All keys to areas, sites, structures, buildings, magazines, vehicles, offices, desk, storage lockers and gates associated with the facility must be listed in a master register. The number of keys in use should be kept to the absolute minimum based on operationally necessary. Keys should not be permanently issued to any individual. All keys providing access to controlled areas, sites, structures, buildings, magazine, offices and gates must be returned at the end of normal working hours to the issue control point.
3.4.4.2 Master keys must only be produced on the authority of the facility manager. An access log detailing the names, telephone numbers, private addresses, and specimen signatures of persons authorized to draw and return keys must be maintained to control the issue and receipt of the keys. The issue and return of keys must be performed by the facility’s security guard.
3.4.4.3 At least once a quarter, a muster of all keys, including Master and Grand Master keys, must be conducted. The muster is to include physical verification of key operation in the designated locks. A written record of each muster must be kept indicating dates conducted and the person conducting the verification.
3.4.4.4 If a key providing access to a controlled area, site, structure, building, magazines, offices, vehicles or gate has been lost, or believed on reasonable grounds to have been compromised, the Facility manager must immediately ensure an appropriate supplemental means of physical security is applied to that location until such time as the primary locking mechanism is replaced or re- tumbled.
3.4.4.5 Where padlocks are utilized they must be minimum security rating of S283 or equivalent standard.
3.4.4.6 The Contractor must demonstrate and provide details regarding Key Control.
3.4.4.7 Prohibited Articles please see The Crown’s Explosive Safety Requirements as detailed in Appendix B5.
3.4.5 The Crown’s Explosive Safety and Security Requirements as detailed in Appendix B5.
This Space Intentional Left Blank
19/44 RDIMS OTT_LSTL # 3407415 3.5. Equipment Capability and Capacity - Throughput
3.5.1 The contractor’s Full Demil capability and capacity must accommodate 100% of the expected annual – recurring A&E, MS, A to P and Ammunition Salvage plus 10 of the backlog A&E, MS, A to P and Ammunition Salvage. The following examples are provided for amplification:
3.5.1.1 Annual - Recurring A&E. Appendix B4 and Group A attachment for SAA indicates for LOG Serial 0063, Cartridge 5.56mm Blank Link that there is a current holdings (identified as Backlog) of Qty 1,239,869 rds scheduled for Demil in which 31,760 rds are identified as a "One Time Demil" event (meaning the type of cartridge will no longer be bought by The Crown or the weapons platform that utilized this specific cartridge is no longer in service). Therefore to provide an estimate of the qty of cartridge that could be expected annually is calculated as the total (1,239,869) subtract any One Time Events (31,760) = 1,239,869 divided by 12 (12 years ago was the last time this item was neutralized) = Qty 120,811 potential annual or recurring qty requiring Full Demil Process;
3.5.1.2 Backlog A&E - as indicated in para 3.5.1.1 above, Appendix B4 and the Group A attachment for SAA indicates for LOG Serial 0063, Cartridge 5.56mm Blank Link that there is a current holdings of Qty 1,239,869 rds scheduled for Demil. Therefore the 10% Qty's
3.5.1.2.1 10% of this inventory = Qty 123,987
3.5.1.3 As para 3.5.1.1 states the Contractor's Full Demil capability and capacity for LOG Serial 0063 should be able to process on an annual base:
3.5.1.3.1 120,811 - Annually (recurring) 123,987 - 10% of the Backlog 244,798 - Total cartridges minimum annually, up to;
3.5.1.4 MS items recovered during range clearance operations have undergone Third Level Screening, which should have removed any energetic filled munitions. However, any Third Level Screening conducted prior to 16 September 2011 Appendix B1 Ref H Change 1, may be subject to human error whereby live A&E may be found. MS might also include A&E components removed during dis- assembly/breakdown workshop operations and or recovered thermally treated MS from certain incinerators as mention in para 3.3.2 above. The following qty of MS exists:
3.5.1.4.1 Appendix B4 and Group T attachment for MS currently indicates 3,413,104kg collected and waiting Full Demil process;
3.5.1.4.2 The annual - recurring MS is dependent on whether The Crown conducts range clearance operations with internal resources or contracts out this activity. Therefore, The Crown cannot provide a
20/44 RDIMS OTT_LSTL # 3407415 definitive estimate for the volume of MS that may be collected and requiring Full Demil processing. The Crown estimates that the maximum volume of MS that currently sits on active Crown Training Area's that could require Full Demil is 50M to 60M tons. This is a maximum possible estimate. Actual range clearance(s) and recovered MS quantities will be significantly less.
3.5.1.4.3 The Contractor should base the MS annual capability and capacity on 10% of the current holds meaning that the annual recurring volume is estimated at 341,310kgs and 10% of the backlog:
3.5.1.4.3.1 341,310kgs - Annually (recurring) 341,310kgs - 10% of the Backlog 681,610kgs - Total minimum MS annually, up to;
3.5.2 Equipment Modification
3.5.2.1 The Contractor must not modify Demil equipment for applications other than its intended design use without prior approval from The Crown’s Technical Authority (TA) and the Original Equipment Manufacture (OEM). Wherever and whenever required, the TA will collaborate with the Contractor regarding any proposed modifications or design deviations. Where modification or alteration has taken place, the OEM will determine if the modification or alteration adversely affects the performance of the equipment to achieve its purpose or prevents adherence to any of the Crown’s Full Demil requirements. The facility and equipment must be operated in accordance with Explosive and Environmental licenses. Any changes to approved operating procedures must be approved by NRCan and the appropriate Environment Government office, except when the stack emissions are involved, and then DND/CAF Stack Emissions (Appendix B6) are regulated by TA through the CA.
3.5.2.2 The Contractor must coordinate with the Crown and mutually develop a Production Schedule for A&E, MS and Inert Items (Salvage, Inert, A to P) in accordance with Appendix B9, Attachments B9-1 and B9-2, CDRL # 004 and corresponding DID # PM-004. A draft Production Schedule must be included in the contractor's proposal.
3.5.3 Capability and Capacity
3.5.3.1 A&E, MS, A to P and Ammunition Salvage must be Tpt and demilitarized by the Contractor.
3.5.3.2 The Crown has categorized its inventory into 26 Groups as listed below. The groups indicated by number under the Requirement heading represent the following:
3.5.3.2.1 Mandatory/core capability requirement (Requirement 1, must be met)
21/44 RDIMS OTT_LSTL # 3407415 3.5.3.2.2 Desired capability requirement (Requirement 2, although desirable and are point rated, failure to met will result in a reduced score during Bid Evaluation). These natures represent stocks that are not expected to be within the Contractor’s capability or may represent a separate contract within DND/PWGSC for which identified natures are not available at this time.
This Space Intentional Left Blank
22/44 RDIMS OTT_LSTL # 3407415 Note For amplification of below chart, please refer to Appendix B4 and it 26 attachments. Group Natures Group Subtotal Appendix B4, Requirement (Appendix 6) Attachment A SAA up to and including 50 cal 5,821,418 Attachment A 1 B 20mm to 24mm 285,107 Attachment B 1 C 25mm to 40mm (LV & HV 494 Attachment C 1 Grenades) D 40mm Naval to 104mm 6,635 Attachment D 1 E 105mm to 155mm (less 155 HE) 53 Attachment E 1 F 155mm (HE) 2 Attachment F 1 & 2 G Aircraft Bombs 0 Attachment G 2 H Propellant (Black powder and 77,774 Attachment H 1 Gun) UI: KGs I CADs & PADs 423,958 Attachment I 1 J Demolition Material 0 Attachment J 1 K Fuzes, Boosters, Primers and 81,227 Attachment K 1 Tracers L Grenades Fragmentation 0 Attachment L 1 M Rocket Motors 1,634 Attachment M 1(& 2 TBD) N Missiles and Rockets 3 Attachment N 1 & 2 O Pyrotechnics (Sea, Land and Air) 242,226 Attachment O 1 P Decoy Devices 15,531 Attachment P 1 Q Naval 2,824 Attachment Q 1 R Chemical (RP/WP and CS 59,596 Attachment R 1 Irritants) S Mines 0 Attachment S 2 T Batteries w/Igniters 688 Attachment T 2 U Munitions Scrap (MS) (Items 3,477,290 Attachment U 1 recovered from range clearances and dis-assembling of A&E) V Not Utilized 0 Attachment V W Inert A&E (Dummy and Display, 16,249 Attachment W 1 Training Aids) X Aids to Production (Repack 19,993 Attachment X 1 Material) Y Spent Brass and steel Cartridge 9,600 Attachment Y 1 cases Z Salvage (A&E components that are 119,919 Attachment Z 1 returned by the units such as links, launch tubes, etc)
Combined Total 7,064,992 Ea (A&E) 3,477,290 Wt Kg (for MS)
23/44 RDIMS OTT_LSTL # 3407415 Notes The Crown's inventory of items requiring Full Demil is in a constant flux and the above table is for planning purposes only. The figures shown in the table were current as of 11 Sept 2013.
The Crown retains the right to direct what A&E, MS, A to P and Ammo Salvage is offered for Full Demil and in what quantity from the established list at 3.5.6.2
3.5.3.3 Appendix B4 and its 26 Attachments by groups, indicate the natures and quantities scheduled for destruction by Full Demil process. The attachments indicate the potential backlog and estimated annual - recurring quantities requiring Full Demil process.
Notes The estimated annual - recurring inventory volume is approximately 10% of the total start-state inventory as indicated in the above table. The contractor must observe Appendix B4 individual groups attachment list. The estimated annual recurring inventory does not include MS as this is range-clearance dependent.
The estimated annual - recurring inventory does not include any future divestment of weapon platform or selective type of A&E. A&E disposal from a system divestment may be considered as a one-time disposal event.
3.5.4 Condition of A&E, MS, A to P and Ammunition Salvage
3.5.4.1 The condition of the A&E is safe for transport, storage and handling. Any proposed Demil process must take into account reasonable degradation of the A&E which requires that the Contractor conduct periodic inspections during processing. These inspections are conducted to ensure that the A&E does not become unsafe at any time during temporary storage at the Contractors Demil Site and during the Full Demil processing.
3.5.4.2 The majority of the A&E is packaged in the original manufactures packaging composed of inner, intermediate and outer ammunition storage containers loaded and on standard ammunition 48 inches by 40 inches wooden pallet:
This Space Intentional Left Blank
24/44 RDIMS OTT_LSTL # 3407415 Originally Manufacture Packed SAA
3.5.4.3 There are circumstances that A&E may not be in its original manufacturers packaging and have been repacked into an approved suitable replacement ammunition container. In addition, there is SAA that is loosely packed into an approved ammunition container which The Crown may choose to transport using its internal transportation resources (“Green Fleet”) to the contractor’s site if it cannot be transported commercially. The loose SAA generally pertains to a small quantity of SAA that was returned to Canada from a theatre of operation or the recovery of SAA from the AMNESTY Box Program.
Loosely Packed SAA Returned from Theatre of Operation
Loosely Packed SAA recovered from The AMNESTY Program
25/44 RDIMS OTT_LSTL # 3407415 3.5.4.4 There are only three (3) wooden shipping crates approved for use in shipping MS within Canada. Each MS shipping crate has a maximum weight load capacity of 1500kgs but most MS crates are between 800kgs to 1300kgs.
3.5.4.4.1 Local produced wood MS crate built IAW Appendix B1 Ref BG, are built on a standard 48 inches by 40 inches wooden ammunition pallet;
Locally Produced MS Shipping Crate
3.5.4.4.2 Local Modified produced Wood MS create to accommodate the extreme limited MS in certain locations; or
Modified Local Produced MS Shipping Crate
This Space Intentional Left Blank
26/44 RDIMS OTT_LSTL # 3407415 3.5.4.4.3 Collapsible Manufactured Wood MS crate, which is directionally built on a 48 inches by 48 inches platform
Approved Manufactured Collapsible MS Shipping Crate
3.5.4.5 A to P and Ammunition Salvage - depending on the item and material type - will be packed on a standard wood Ammunition Pallet 48 inches by 40 inches or into a card board tri-wall box. Ammunition Container lids will be removed from their original container and placed into a separate tri-wall box;
Plastic Ammunition Containers with lids removed stack on a standard wood Ammunition Pallet
27/44 RDIMS OTT_LSTL # 3407415 Cardboard Tri-wall Shipping Container on a standard wood Ammunition Pallet
3.5.4.6 MS, A to P and Ammunition Salvage deemed safe for transport should have undergone an Explosive Safety Inspection referred to as third (3rd)Level screening/verification and a Third Level Verification Label/placard -safe for transportation will have been fixed to the pallet. For MS, one label should have also been placed inside the MS Shipping Container. Below is an example of the Level 3 verification Tpt label (Appendix B1 Refs T and BG):
3.5.5 Full Demil Process and Methods
3.5.5.1 The Contractor must utilize the safest method of Demil. In addition the Demil method must be the most cost effective means to fully demilitarize the A&E, MS, A to P and Ammunition Salvage inventory being offered by The Crown (as categorized in Section 3 and amplified in Appendix B4’s 26 attachments). 28/44 RDIMS OTT_LSTL # 3407415 3.5.5.2 In performance of the work, the Contractor must respect and comply with all national and international Legislation, Acts, Treaties, local laws and regulations for storing, handling, processing, importing/exporting A&E, explosive safety, environmental policies and CGR. The Contractor must take all reasonable and practical measures to protect the public and its employees against accidents, to safeguard the environment, even though such measures may exceed the minimum legal requirements.
3.5.5.3 The Contractor must provide a certified hard copy of their company's licenses, permits, and environmental assessments. These licences, permits and assessment must be maintained throughout the contract award period and at the expense of the Contractor.
3.5.5.4 The Contractor must own, licence, operate and maintain the acceptable proven Full Demil equipment and have developed proven detailed Full Demil standard operation procedures (SOP) and processes as detailed in para 1.6.2 and 1.6.7 for every group item categorized detailed in Appendix B4’s 26 Attachments that the Contractor has determined to Fully Demil for The Crown.
3.5.5.5 The Contractor should endeavour to select technologies and equipment which reduce to the greatest extent possible the human interactions with the A&E, MS, A to P and Ammunition Salvage being demilitarized, while at the same time maximizing the capacity, capability and throughput of the equipment being employed.
3.5.5.6 When safe to do so and without compromising the safety of personnel and based on the contractor’s equipment design/capability/type, the Contractor should expose the energetics by certain methods like: de-confine, dis-assemble, break down or size reduction to the greatest extent possible in order to facilitate:
3.5.5.6.1 The safe thermal, chemical or mechanical deactivation and subsequent treatment processes;
3.5.5.6.2 The isolation and removal of identified hazardous or toxic components deemed not suitable for further Demil;
3.5.5.7 R3 of selected material(s), and good environmental stewardship (ie: by segregating R3 material into recycling categories of metals, plastic, wood, textiles and paper etc) for final disposal of energetic-free material scrap released to recycling companies must be done;
3.5.5.8 The Contractor must eliminate A&E energetics and MS energetic residues before mutilation and before being consider releasable as energetic-free material scrap as part as the final disposal of material scrap.
29/44 RDIMS OTT_LSTL # 3407415 Note Given the fact that The Crown’s actual inventory is low compared to other NATO countries, the R3 value of energetics from The Crown’s perspective is considered to be minimal. Additionally, the costs to re- engineer the energetics to another suitable military or commercial use in Canada is not believed to be cost effective. Therefore, The Crown's intention is to destroy all energetics. In saying this, if the contractor believes that the R3 of energetics could be achieved; it will be at the cost of the Contractor, as The Crown will not pay additional costs for the R3 of any energetics.
3.5.6 Receipt, Storage and Inventory Control
3.5.6.1 All items remain the property of The Crown until such time as the Full Demil is completed (i.e. until the items are mutilated and the material scrap and/or the hazardous waste are recovered, and that “Certificate of Demilitarization” is completed (Appendix B7)). This also applies to recovered components.
3.5.6.2 The Crown controls its A&E, MS, A to P and Ammunition Salvage by the use of tombstone data such as: LOG serial numbers, NATO Stock Numbers (NSN) or Part Control Stock Numbers (PCSN), Nomenclature, Qty, LOT numbers (more pertaining to LOT Number in Para 3.5.6.5 below), and serial numbers.
3.5.6.3 Upon receipt of the A&E at the Contractor’s Demil or intermediate storage facility, the Contractor must conduct an inventory verification to ensure that A&E, MS, A to P and Ammunition Salvage has not been diverted or lost during transportation. All discrepancies must be reported in writing, by the Contractor to TA within 24 hours or the next work day. The Contractor must provide an Initial Receipt Report to the TA and CA, categorized by quantity, description/nomenclature and lot in the form of a spreadsheet of all A&E shipments received at its facility within 24 hours after reception in accordance with Appendix B9, Attachments B9-1 and B9-2, CDRL # 006 and corresponding DID # PM-006.
Note Upon discovery of shipment discrepancies an investigation must be conducted. The Contractor must contact the Military Police or RCMP and TA.
3.5.6.4 During Demil processing, the Contractor must verify that the type and quantity of A&E, A to P and Ammunition Salvage contained in each package are the same as what is indicated by the package markings. All discrepancies must be reported, in writing, by the Contractor to the TA within 24 hours or the business work day
3.5.6.5 A&E LOTTING
3.5.6.5.1 A&E is manufactured in groups or batches known as "LOTS". These "LOTS" are numbered sequentially and provide a unique means of
30/44 RDIMS OTT_LSTL # 3407415 tracking and documenting the performance of ammunition to ensure safe, consistent control of inventory.
3.5.6.5.2 The Contractor will be provided with specified LOTS of A&E requiring Full Demil. If a container is loaded without distinguishable "LOT" identification, or if mixed "LOTS" comprised of A&E from varied sources, are delivered, The Crown may assign an administrative "LOT" number prior to releasing the inventory to the Contractor for Full Demil processing.
3.5.6.5.3 Each LOT must be consolidated and stored within a secured covered storage site.
3.5.6.5.4 A&E removed from storage for Full Demil processing must be completed by the "LOT" designations before moving on to the next LOT of this nature.
3.5.7 Recover, Reuse and Recycle (R3)
3.5.7.1 The Contractor must maximize R3 value by segregation of material scrap types resulting from Full Demil operations including A to P and Ammunition Salvage. Please see para 3.9 for more details.
3.5.7.2 The Contractor must provide a Final Scrap Material Disposal Plan and Operating Procedures for A&E, MS. and Inert Items (Salvage, Inert, A to P) in accordance with Appendix B9, Attachments B9-1 and B9-2, CDRL # 008 and corresponding DID # PM-008.
3.6 Environmental Compliance
3.6.1. General
3.6.1.1 The Contractor must provide proof of an Occupational Health and Safety Program in place to identify hazards, control risks (e.g. engineering controls and personnel protective equipment in place), prevent accidents and injuries within the workplace, and comply with occupational health and safety regulations.
3.6.1.2 The Contractor must comply with all Environmental laws and regulations applicable to the Demil and Disposal of A&E, MS, A to P and Ammunition Salvage. The Contractor must provide evidence of compliance with such laws to the CA and the TA at such times as they may reasonably request.
3.6.1.3 The Contractor must obtain and maintain at its own cost all environmental permits, licenses, regulatory approvals and certificates required to perform the work. Upon request from the CA, the Contractor must provide a copy of any permit, licence, regulatory approval or certificate from any International, National/Federal, Provincial/Territorial/Municipal and/or other local environmental authorities. 31/44 RDIMS OTT_LSTL # 3407415 3.6.1.4 The Contractor must provide proof of a management system in place to control environmental impacts resulting from its activities. ISO 14001 – Environmental Management.
3.6.1.4.1 Management Systems; Specification with Guidance for Use - is a benchmark for an effective environmental management system (EMS) applicable to all types and sizes of organizations. Certification to this standard is preferred but not necessary. The Contractor must provide proof of a formalized set of procedures and control measures in place to achieve conformance with the requirements of this work, while ensuring environmental protection and pollution prevention. The TA must have the right to make examinations and audits of the work and control processes/procedures and infrastructure with respect to the environmental management system as required.
3.6.1.4.2 The EMS requirement is applicable to the Contractor. The Contractor must make a reasonable effort to monitor and ensure that all subcontractors for hazardous waste disposal are in compliance with the applicable environmental laws and regulations. 3.6.2. Equipment
3.6.2.1 The Thermal or Chemical Treatment equipment must be fitted with a pollution abatement system sufficient to comply with DND/CF stack emission standards in addition to federal, provincial/territorial and local stack emission standards.
3.6.2.1.1 The abatement system for air emissions must comply with the stack emission limits outlined in Appendix B6 in addition to air emission standards that are in effect at the location where the demilitarization is to take place.
3.6.2.2 Liquid waste treatment must comply with all standards and criteria for stack emissions and waste water discharge limits that are in effect at the location where the demilitarization is to take place.
3.6.2.1.2 The liquid waste treatment system must comply with the waste water discharge limits established by any Federal, Provincial/Territorial, Municipal regulation that is in effect at the location where the demilitarization is to take place.
3.6.2.2 Any thermal treatment equipment (i.e. de-activation incinerators like furnaces, kilns, rotary kilns, Closed Detonation Chamber (CDC), Static Detonation Chamber (SDC) and flashing furnace type units) must be fitted with either a permanent or portable emission monitoring system which will enable compliance with air emission standards.
3.6.2.3 The thermal treatment system must include an emergency shutdown capability or be capable of restricting the operator from allowing further feeding into the equipment in the case of equipment failure/feed rate, OGT failure or emissions
32/44 RDIMS OTT_LSTL # 3407415 exceeding the regulatory limits. An audible or visual alarm must be present.
3.6.2.4 The hazardous waste obtained after the Thermal or Chemical Treatment or other approved method of A&E and MS must be collected, stored, handled, transported and disposed of by qualified and trained personnel, and by certified/permitted hazardous waste disposal Contractors and waste disposal facilities.
3.6.2.4.1 The Contractor must have a solid waste material recycling program in place to achieve maximum R3 principles, thereby reducing the overall environmental footprint.
3.6.2.4.2 Certain types of incinerators require water as part of the OGT system and in doing so the water may be contaminated with energetics or hazardous waste substances. In the event the contaminated waste water is not re-processed by the incinerator and its OGT system, then the contractor must have an approved contaminated waste water disposal method.
3.7 Explosive Safety Compliance
3.7.1 Qualifications (Appendix B1 Ref H)
3.7.1.1 The Contractor must provide supporting documentation that will demonstrate the Contractor is or will be compliant with the following requirements:
3.7.1.1.1 Responsibility to ensure that personnel employed in the Full Demil of A&E, MS, A to P and Ammunition Salvage possess the necessary qualifications commensurate with the inventory that will undergo the Full Demil process as it applies to defence Explosive Ordnance (EO);
3.7.1.1.2 In order to conduct any of the following defence EO related activities the following qualified personnel are required in sufficient numbers to conduct the tasks identified. For contractor submissions originating outside of Canada, the equivalent level of qualifications identified below must be demonstrated. Equivalent level of qualification submissions must be accompanied by the course syllabus, or other equivalent document and a verifiable proof of course completion must be made to TA through CA so that an equivalency determination may be made by DAER.
3.7.1.1.3 Where a determination is to be made as to the condition, identification, or to confirm the level 3 verification status of an A&E item:
3.7.1.1.3.1 Any person possessing the Conventional Munitions Disposal (CMD) Advanced (AJFB) qualification (formerly HB) IAW Appendix B1 Ref H;
33/44 RDIMS OTT_LSTL # 3407415 3.7.1.1.3.2 Civilian (Civ) personnel (pers) qualified (qual) IAW Appendix B1 Ref R Contracted Range Clearances/UXO activities;
3.7.1.1.3.3 Ammunition Technical Officer IAW Appendix B1 Ref H;
3.7.1.1.3.4 Ammunition Technician: Military Occupational Structure Identification (MOSID) 00169 Ammo Tech (Supervisor) (Sergeant (Sgt) QL6A or above after Sep 1996 or WO QL6B or above prior to Sep 1996) IAW Appendix B1 Ref H;
3.7.1.1.3.5 The Contractor to provide a list of key and critical Demil position qualification.
3.7.1.1.4 Where safe to move, A&E are to be perforated or otherwise destroyed by OB/OD, for this SOW, (Pertaining to MS UXO only) The acceptable qualifications are:
3.7.1.1.4.1 Any person possessing the CMD Basic (AJEJ) qualification (formerly HA) IAW Appendix B1 Ref O Destruction of Dud and misfired Ammunition;
3.7.1.1.4.2 Civ pers qual IAW Appendix B1 Ref R Contracted Range Clearances/UXO activities; or
3.7.1.1.4.3 Civ Ammunition Technician (CAT 4) IAW Appendix B1 Ref BV Occupational Specification for the Civilian Ammunition Technician Occupation
3.7.1.1.5 Where suspect or unsafe ammunition or explosives require special handling or subsequent destruction by OB or OD or another alternative method. The acceptable qualifications are:
3.7.1.1.5.1 Any person possessing the CMD Advanced (AJFB) qualification (formerly HB) IAW Appendix B1 Ref P Disposal of Stray Ammunition;
3.7.1.1.5.2 Civ pers qual IAW Appendix B1 Ref R Contracted Range Clearances/UXO activities;
3.7.1.1.5.3 Ammunition Technical Officer (inherent to trades specification); or
3.7.1.1.5.4 Ammunition Technician: MOSID 00169 Ammo Tech (Supervisor) (Sgt QL6A or above after Sep 1996 or WO QL6B or above prior to Sep 1996) (Appendix B1 Ref H).
34/44 RDIMS OTT_LSTL # 3407415 3.7.2 Ammunition Accident/Incident Reporting Appendix B1 Ref BO
3.7.2.1 The Contractor must report all ammunition related accidents/incidents (in accordance with Appendix B2 para D and E) to NRCan in writing no later than the next working day of the occurrence/observation. The Contractor will also ensure a copy of the report is forwarded by fastest means to the DND TA and PWGSC CA
3.7.3 Technical Data Package (TDP) Information
3.7.3.1 The Crown procured A&E by different methods and in doing so “Technical Data Drawing(s)” and technical data information (TDI), (hereafter referred as TDP) were not always part of the procurement or the A&E source country’s government has not/or will not release the TDP.
3.7.3.2 The Crown may or may not have any TDP’s (Canadian Forces Technical Orders (CFTO’s), Ammunition Suitability and Serviceability Broad Approval and (ASSB), Workplace Hazardous Materials Information System (WHIMS) details) pertaining to the inventory; any information available is subject to legal review regarding ITAR, CG, CTAT, IP and End User Certification (EUC) requirements. Only releasable TDP’s may be provided and only if all CG requirements and security conditions are met.
3.7.3.3 In the absence of any available TDP, the Contractor must be responsible for obtaining all other necessary technical documentation or determining the information by technical assessment as required to establish their ability to safely perform the Full Demil and disposal operations.
3.8 Controlled Goods Registered
3.8.1 The Contractor must be registered with PWGSC Controlled Goods Directorate;
3.8.2 All Contractor Demil personnel employed must be controlled goods trained and meet Controlled Goods criteria.
This Space Intentional Left Blank
35/44 RDIMS OTT_LSTL # 3407415 3.9 Recovered, Reuse, Recycle (R3) Material/Components
3.9.1 Government Supplied Material (GSM)
3.9.1.1 The Crown has a GSM Program for A to P natures listed in Appendix B8. Only serviceable GSM A to P natures that are recovered for reuse are to be forwarded to General Dynamics Ordnance and Tactical Systems (GD-OTS) Canada following discussions with the TA. All remaining A to P are declared surplus to The Crown requirements and must undergo an Explosive Safety inspection and certification, mutilated and converted to recyclable material scrap by material type unless otherwise directed by the TA. Any GSM natures found not serviceable must be mutilated and converted to material scrap.
3.9.2 Ammunition Wood Pallets (NSN 3990-21-901-7923)
3.9.2.1 Serviceable - being of 40 inches x 48 inched to dimension with one piece ¾ (or 5/8) inch plywood top, solid 8 inch wooden blocks and 3 x 5/8 inch plywood running board that do not require repair must be returned to The Crown and delivery to be coordinated to one of the supporting ammunition facilities mentioned below in para 3.10.
3.9.2.1.1 A service charge equivalent to the value of the wooden pallet will be assessed to the Contractor in the event serviceable wooden pallets are not returned to the Crown.
3.9.2.2 The Crown will not accept non-serviceable wooden pallets returned by the Contractor. In exceptional circumstances where the Crown must destroy the non-serviceable wooden pallets on behalf of the Contractor, the Crown shall be reimbursed for the disposal costs by the Contractor.
3.9.3 MS Wood Shipping Crates
3.9.3.1 Para 3.5.4.4 describe the three (3) types of wooden shipping crates that are utilized for movement of MS in Canada. Serviceable MS crates not requiring repair must be returned to The Crown with delivery to be coordinated with one of the supporting ammunition facilities in para 3.10.
3.9.3.2 A service charge equivalent to the value of the MS shipping crates will be assessed to the Contractor in the event serviceable wooden pallets are not returned to the Crown.
3.9.3.3 The Crown will not accept non-serviceable MS shipping crates returned by the Contractor. In exceptional circumstances where the Crown must destroy the non-serviceable wooden pallets on behalf of the Contractor, the Crown shall be reimbursed for the disposal costs by the Contractor.
36/44 RDIMS OTT_LSTL # 3407415 3.10 Transportation (Tpt)
3.10.1 3.10.1 The bulk of the backlog of A&E and MS is currently located at CFAD Dundurn, Saskatchewan (Dundurn holds some A to P and Ammunition Salvage).
CFAD Dundurn Building 268 Little Crow Avenue Dundurn, Saskatchewan S0K 1K0
3.10.2 The bulk of the annual recurring A&E, MS, A to P and Ammo Salvage is currently located across Canada at DND/CAF installations (para 3.10.2.1). The movement of these assets requires coordination between the Contractor and the TA on a mutually agreed upon schedule. Responsibility for the Tpt and related cost or special requirements for the A&E, MS, A to P and Ammo Salvage from The Crown's property to the Contractor Demil Facility will be the Contractor’s responsibility..
3.10.2.1 The Annual (recurring) A&E, MS, A to P and Ammunition Salvage is located across Canada at these major ammunition support facilities:
3.10.2.1.1 CFAD Rocky Point, Vancouver Island, BC;
3.10.2.1.2 CFB Wainwright, Wainwright, AB;
3.10.2.1.3 CFB Cold Lake, AB;
3.10.2.1.4 CFB Suffield, AB;
3.10.2.1.5 CFB Shilo, MB;
3.10.2.1.6 CFB Petawawa, On;
3.10.2.1.7 CFAD Angus; On;
3.10.2.1.8 CFB Trenton, On;
3.10.2.1.9 CFB Valcartier, PC;
3.10.2.1.10 CFB Bagotville, PC;
3.10.2.1.11 CFB Gagetown, NB; and
3.10.2.1.12 CFAD Bedford, NS.
3.10.3 The Contractor must obtain at the contractor’s cost and provide a copy of all licences, permits and dangerous goods documentation required for the movement of A&E, MS, A
37/44 RDIMS OTT_LSTL # 3407415 to P and Ammo Salvage within Canada as applicable. IAW Appendix B1 Refs "AD and BG" states that movement of A&E in Canada requires an NRCan ammunition control number.
3.10.4 Tpt Schedule - a post-contract award meeting between the Contractor and The Crown will be held to agree upon a Tpt schedule including frequency and acceptable quantities to be moved. This meeting will be arranged by the CA and held at The Crown premises. The Contractor will coordinate A&E pick-up times and dates at least six (6) weeks in advance with National Defence Headquarter, Canadian Materiel Support Group (CMSG), Canadian Joint Operations Command (CJOC), J4 Ammo Operations at 1-613-997-7883 or J4 Depot Support at 1-613-997-7895. The Contractor must provide a formal Tpt Schedule in accordance with Appendix B9, Attachments B9-1 and B9-2, CDRL # 009 and its associated DID # PM-009..
3.10.5 Means of Tpt. The Contractor must select method(s) of Tpt (Appendix B1 Ref BD through BK) that are safe and secure, complying with all applicable national and international regulations. Any safety equipment required is the Contractor’s responsibility.
3.10.6 The Contractor must respect all national regulations for Tpt of A&E that the shipments will transit as follows by:
3.10.6.1 Road/Rail – Within Canada, the Contractor must follow the Canadian Transportation of Dangerous Goods Act and Clear Language Regulations (TDG)", Appendix B1 Ref "BD";
Note
There are no rail heads directly located at any of the locations identified in para 3.10, but there may be rail heads in nearby cities.
3.10.6.2 Air – International Civil Aviation Organization (ICAO) and Technical Instructions (IATA) (if applicable), Appendix B1 Ref "BH" and;
3.10.6.3 Water – International Maritime Dangerous Goods Regulation (IMDG) (if applicable), Appendix B3 Ref "BI".
3.10.7 The supporting Ammunition facility staff will perform the loading operations (eg: bracing and palletizing). Off-loading operations and any movement beyond the initial loading site must be the Contractor’s responsibility. If required, the Contractor must pre-position any trailers or ISO 20 ft containers at least (7) seven calendar days before the planned movement date. The Contractor must provide a minimum of forty (40) calendar days advance notice to transport ammunition to accommodate the “security requirements of a threat and risk assessment (TRA) (Appendix B1 Ref BG) which includes “point to point tracking” (i.e. satellite tracking) of ammunition shipments. TRA for Canada shipments takes up to 30 days to gain A&E shipment and route approval. The Crown is responsible to request TRA.
38/44 RDIMS OTT_LSTL # 3407415 3.10.8 The Tpt of UXO recovered from the unpacking of MS must not occur on public roads, highway etc, therefore, the destruction area must be collocated on the Contractor Demil Facility site.
3.10.9 The Contractor must comply with all existing and pertinent regulations for safeguarding and handling A&E, MS, A to P and Ammunition Salvage and controlled goods in performing any task under this contract. For example, depending on the type of ammunition - whether shipping domestically or internationally - the requirement for an escorted shipment or GPS equipped shipment, dangerous goods route clearances, designated border crossing, the NEQ limit allowable at shipping ports, etc. are all variables that impact the movement of A&E and MS.
3.11 Records and Returns
3.11.1 The Contractor must retain all records for a minimum of 6 years or unless otherwise specified.
3.11.2 The Contractor must maintain up to date records showing the date each LOT and/or sub- LOT of A&E was received and Demil of A&E, MS, A to P and Ammunition Salvage by, the type/quantity of components and material recovered, and the method of Demil/disposed of. These records will be subject to audits by the CA and TA and must be retained for a minimum of 6 years commencing from the date when the Demil was completed.
3.11.3 The Contractor must maintain and retain detailed data identifying equipment temperatures that were achieved during processing and the duration of the treatment where thermal treatment is the method of demilitarization used.
3.11.4 The Contractor must maintain and have available detailed maintenance records for all equipment that requires scheduled maintenance by the manufacturer. The record must identify the scheduled maintenance cycle, the date maintenance was performed, what action was taken and the next due date for the scheduled maintenance.
3.11.5 The Contractor must maintain and have available detailed calibration records for all equipment that requires calibration. The record must identify the calibration schedule, the date calibration was performed, the result, and the next due date for calibration.
3.11.6 The Contractor must maintain and have available records of routine inspections of electrical installations.
3.11.7 The Contractor must maintain and have available records of annual inspections of lightning protection systems.
3.12.8 The Contractor must maintain hand and power operated lifting and stacking appliances and have them tested IAW technical manuals, maintenance instructions, other existing manufactures recommendations and orders.
39/44 RDIMS OTT_LSTL # 3407415 3.12 Quality Control and Assurance
3.12.1 All work is subject to Government Quality Assurance performed at the Contractor's or subcontractor's facility, by the Director of Quality Assurance, or it’s designated Quality Assurance Representative (QAR). 3.12.2 The Contractor must comply with the requirements of: ISO 9001:2008 - Quality management systems - Requirements, published by the International Organization for Standardization (ISO), current edition at date of submission of Contractor's bid. 3.12.3 It is not necessary that the Contractor be registered to ISO 9001; however, the Contractor's quality management system must address all requirements appropriate to the scope of the work. Only exclusions in accordance with clause 1.2 of ISO 9001 are acceptable. 3.12.4 The Contractor must certify that all recyclable materials have been inspected and labeled as detailed below prior to their placement/offering into a recycling stream.
3.12.5 The Contractor must have a quality control plan in place to verify the processes and that the final product meets The Crown’s requirements. In accordance with Appendix B9, Attachments B9-1 and B9-2, CDRL # 001 and its associated DID # PM-001
3.13 Certification of Demilitarization and Disposal
3.13.1 Certificate of Demilitarization
3.13.1.1 The "Certificate of Demilitarization" (Appendix B7) must be retained by the Contractor for a minimum of 6 (six) years commencing from the date when the Demil was completed. In addition, signed scan copies in PDF format, must be forward to TA and CA at the following e-mail portal:
3.13.1.1.1 [email protected]
3.13.1.2 Certificates of Demilitarization are to be provided to the CA and TA in accordance with Appendix B9, Attachments B9-1 and B9-2, CDRL # 007 and its associated DID # PM-007.
3.13.2 Certification of Disposal
3.13.2.1 The objective of the A&E, MS, A to P and Ammunition Salvage Full Demil Process is to remove and destroy energetics, disposal of hazardous waste, mutilation and segregation of material for R³ factors. Any and all components and material recovered must be processed and where possible material scrap must be sold at commercial standards only. The material scrap must not be identified by any government tombstone data such as LOT designation, NSN/PCSN, Nomenclature or serial number.
3.13.2.1.1 In the event that the Contractor thinks a selective A&E component, A to P or salvage item should be reused; the
40/44 RDIMS OTT_LSTL # 3407415 Contractor must submit justification for same to the CA for TA approval.
3.13.2.1.2 In the Contractor’s justification any material (excluding mutilated and inert scrap), that the Contractor would consider offering for sale, must be to licensed/permitted buyers, as applicable. The Crown must comply with the original purchase EUC and therefore the Crown must seek prior approval from the original country of origin, (may also require approval from US DoD) and Manufacture in regards to IP:
3.13.2.1.2.1 In that 4th/5th party transfer is approved then The Demil Contractor must initiate a new EUC as a condition of the sale. EUC must consist of a signed statement from the purchaser as follows:
"It is hereby certified that (company Name/Government office) will comply with all applicable federal, provincial/state, and local ordinances and regulations with respect to the care, handling, storage and shipment, resale, export and other use or disposal of material, hereby purchased, and that it as a user of, or dealer in, said materials is capable of complying with all applicable federal provincial/state, and local laws."
3.13.3 Documentation Certificate
3.13.3.1 A to P and Ammo Salvage items are controlled goods articles and therefore must have A&E identification/markings obliterated, where as the A to P is a plastic container then the identification/markings labels must be removed. Labels on plastic containers must not be painted over as doing so will contaminate the plastic recycling stream. All Packing material, boxes, crates and containers must be free from markings that will identify the original use and user. Such items must not be re-used for their original purpose without the prior approval of TA.
3.13.3.2 Other than GSM (para 3.9.1) A to P and Ammo Salvage, all items must be mutilated and converted to material scrap and sold as material scrap. The Crown requires a Certification statement (as suggested) be included on any bill of sale or documents for the disposal of material scrap:
41/44 RDIMS OTT_LSTL # 3407415 "I (Name of qualified individual and qualification printed), certify that the sales or items have been processed to remove all energetic material by treatment and/or demilitarization process and are suitable for reuse as recyclable material (Type, Metal, Plastic etc) Date: ______Signature: ______
3.14. Green Procurement Objectives
3.14.1 As outlined in para 1.6.8 the contractor must demonstrate that its Full Demil is environmentally responsible as specified throughout this SOW. The contractor must leverage the purchasing power of environmental services, thereby reducing the cost for government and strengthening greener markets and industries. The Contractor is to describe how its Full Demil Operation meets the Government Green Procurement requirements for the following:
3.14.1.1 Reducing greenhouse gas emissions and air contaminants;
3.14.1.2 Improving energy and water efficiency;
3.14.1.3 Reducing ozone depleting substances;
3.14.1.4 Reducing waste and supporting R3 regarding recycling;
3.14.1.5 Reducing hazardous waste; and
3.14.1.6 Reducing toxic and hazardous chemicals and substances.
3.14.2 The Contractor must detail how its company promotes and supports a healthier working environment for employees and for citizens in general for an environmental service contract.
3.14.3 The Contractor is to explaining any future developments that will increase the company’s capacity in reducing environmental impacts.
3.15 Other Qualifications
3.15.1 The Employment of all other personnel outside of Defence A&E related activities (para 3.7.1.1) shall be conducted observing all other relevant profession and where applicable, occupational standards and qualification (such as, NRCan, Canadian Safety Association (CSA) Canada Labour Code etc)
3.16 Risk Management
3.16.1 There is a risk that the Full Demil of A&E and MS could result in an accident or incident.
42/44 RDIMS OTT_LSTL # 3407415 3.16.1.1 The Contractor must identify the risk issues involved in its Full Demil capability and provide information regarding how the Contractor intends to mitigate said risks in accordance with Appendix B9, Attachments B9-1 and B9-2, CDRL # 005 and its associated DID # PM-005
3.17 Demil Management Plan
3.17.1 Project Manager
3.17.1.1 The Contractor must provide project management on this Demil and final material scrap disposal contract.
3.17.1.2 The Contractor must coordinate with the Crown and mutually develop Demilitarization Management Plans for A&E, MS and Inert Items (Salvage, Inert, A to P) in accordance with Appendix B9, Attachments B9-1 and B9-2, CDRL’s # 001, 002 and 003 and corresponding DID’s # PM-001, PM-002 and PM-003. A draft Demil plan must be included in the contractor's proposal.
3.17.1.3 A Project Manager must be appointed by the Contractor for this Demil and final material scrap disposal contract. The Project Manager’s span of control and responsibilities must include the authority to manage all aspects of the work and to be able to make decisions on behalf of the company. The Project Manager will be the sole interface with the TA
3.18 Meetings and Visits
3.18.1 Meeting
3.18.1.1 The Contractor must hold a post contract award meeting within fourteen (14) calendar days of the contract award and must prepare minutes for the approval of the TA. The minutes are to written in English, in word format document with font Times New Roman size 12
3.18.1.2 The Contractor must hold quarterly Progress Review Meetings with the TA and the CA and must provide minutes of all meetings within fourteen days of the completion of the meeting to the TA for approval prior to general distribution. The minutes are to written in English, in word format document with font Times New Roman size 12.
3.18.1.3 Meeting location to alternate between the Contractor’s Demil site and The Crown.
3.18.1.4 Additional Progress Review Meetings may be requested by the Contractor, TA or CA and will be held at the discretion of the CA. Minutes of these meetings must be provided in Microsoft Word (MS Word) format, a final version of which must be provided to the TA and CA within fourteen (14) calendar days of the project meeting.
43/44 RDIMS OTT_LSTL # 3407415 3.18.1.5 All meetings must be confirmed 3 months prior in order for The Crown personnel to get travel clearance approval.
3.18.2 Visits
3.18.2.1 Technical visits must be arranged by the Contractor, in consultation with the TA, within one month of the commencement of the contract.
3.18.2.2 During the course of the work being performed, if the Contractor requires the TA to assist or provide guidance (resulting in a physical requirement for the TA’s attendance), then the Contractor must identify the need to the TA, a minimum of eight weeks in advance, allowing the necessary arrangements for the technical visit
4.0 DELIVERABLES
Refer to PWGSC document.
Appendices: 10
Appendix B1 – Applicable Documents RDIMS file 3407437 Appendix B2 - Glossary (Terminology and Definitions) RDIMS file 3407441 Appendix B2 – List of Acronyms RDIMS File 3407444 Appendix B4 – List of A&E for Demil with 26 attachments RDIMS File 3407631 Appendix B5 – The Crown’s Explosive Safety and Security Requirements RDIMS File 3407506 Appendix B6 – DND Stack Emissions RDIMS 3407517 Appendix B7 – Canadian CTAT form DND 2586 “Certificate of Demilitarization” RDIMS File 3407525 Appendix B8 – Government Supplied Material RDIMS File 3407573 Appendix B9 – Contract Data Requirements List (CIDS) RDIMS File 3323834 Appendix B10 – Data Item Description List (DIDS) RDIMS File 3323848
44/44 RDIMS OTT_LSTL # 3407415 Appendix B1 To Annex B, SOW – Demil X-Ref RDIMS 3407415 Dated: 31 December 2013 Applicable Documentation
Note All Website Links are subject to change without notices; DND/CF will not be maintaining the links connection.
References: A. Canada Explosive Act R.S.C. 1985, c. E-17 Website Link: http://laws- lois.justtice.gc.ca
B. Canada Explosives Regulations C.R.., c. 599 Website Link: http://laws- lois.justice.gc.ca/eng/regulations/C.R.C.,_c._599/?showtoc=&instrumentnumber=C.R.C.,_c._59 9
C. Defence Production Act Website Link: http://laws-lois.justice.gc.ca/eng/acts/d-1/
D. DAOD 3013 Surplus Materiel, available on request.
E. DAOD 3013-1 Disposal of Surplus Material, available on request
F. A-LM-007-014/AG-000 Canadian Forces Supply Manual, Website Link http://admmat.mil.ca/dgmssc/dmpp/en/canadian_forces_supply_manual_cfsm_e.asp http://admmat.mil.ca/dgmssc/dmpp/documents/CFSM%20MIMS%20V7%20Applicatiion%2001 %20Jan%2012.pdf
G. DAOD 3002-0, Ammunition and Explosives, 2006-11-10, http://www.admfincs.forces.gc.ca/dao-doa/3000/3002-0-eng.asp
H. Ammunition and Explosive Instruction #11, Ammunition and Explosives at the End of Life Cycle Dated Sept 2011 available on request
I. C-09-153-001/TS-000 Ammunition and Explosive Safety Manual (parts are succeeded by C- 09-005-002/TS-000 for A&E Storage), available on request
J. C-09-005-002/TS-000 Ammunition and Explosive Safety Manual Volume 1, Storage and Operations, available on request
K. D-09-002-010/SG-000 Standard – Assessment of the Safety and Suitability for Service of Ammunition and Explosives, available on request
L. C-74-300-B02/NJ-000 Inspection of Ammunition, available on request
M. C-09-008-001/FP-000 – Destruction of Surplus, Obsolete and Deteriorated Ammunition, available on request.
This document RDIMS File 3407437 Appendix B1 - 1/7 Appendix B1 To Annex B, SOW – Demil X-Ref RDIMS 3407415 Dated: 31 December 2013
N. A&EI 06 - Revision 1 - Removal of Hard Targets from CF Ranges and Training Areas 16 Dec 2008, available on request
O. C-09-008-002/FP-000 Destruction of Dud and Misfired Ammunition on CF Ranges and Training Areas, available on request
P. C-09-008-003/FP-000 Explosive Ordnance Disposal - Disposal of Stray Ammunition, available on request
Q. B-GL-381-001/TS-000 Operational Training Safety, (Controlled Pub, Not Releasable)
R. B-GL-381-003/TS-000 Range Clearance and UXO Activities Manual, available on request.
S. A-GG-040-006/AG-002 “Department of National Defence (DND) Ammunition Accident/Incident/Defect/Malfunction Reports, available on request
T. A&EI 36 – Labels Applicable to certification of Ammunition and Explosives, available on request.
U. C-98-016-001/DD-001 Lightning Protection for Explosives Buildings – Electrical Designs (Controlled Pub, Not Releasable)
V. CSA International Hazardous Locations – Guide for the Design, Testing, Construction and Installation of Equipment in Explosive Atmosphere Website Links: http://www.csagroup.org/de/en/services/hazardous-locations http://www.csagroup.org/cn/en/services/testing-and-certification
W. Canadian Electric Code Regulations, Website Link: http://www.gov.pe.ca/law/regulations/pdf/E&03-1.pdf
X. Canadian Electrical Code Part 1 – Safety Standard for Electrical Installations
Y. Canadian Electrical Code Part 2 – General Requirements
Z. C-98-016-MIS-MJ-002 Maintenance and Testing of Grounding Systems (Controlled Pub, Not Releasable)
AA. Natural Resources Canada Explosives Regulations and the Industry, Website Link http://www.nrcan.gc.ca/minerals-metals/explosives/4316
AB. Controlled Goods Regulations (CGR) Website Link http://laws-lois.justice.gc.ca/eng/regulations/SOR-2001-32/index.html
This document RDIMS File 3407437 Appendix B1 - 2/7 Appendix B1 To Annex B, SOW – Demil X-Ref RDIMS 3407415 Dated: 31 December 2013
AC. Foreign Affairs and International Trade Canada, Export and Import Controls (List) dated 2010, Website Link http://admmat.mil.ca/dgiip/ctat/documents/exportcontrols2007-en.pdf http://laws-lois.justice.gc.ca/eng/regulations/C.R.C.,_c._604/page-1.html#docCont
AD. Controlled Technology Access and Transfer (CTAT), available on request. http://admmat.mil.ca/dgiip/ctat/en/index_e.asp
AE. International Traffic in Arms Regulations (ITAR) (22 CFR Parts 120-130) Website link http://pmddtc.state.gov/regulations_laws/itar.html
AF. United States Munitions List (USML), http://www.pmddtc.state.gov/regulations_laws/documents/official_itar/ITAR_Part_121.pdf
AG. United States Demilitarization Manual (DoD) 4160.21-M-1. Website Link: http://www.dtic.mil/whs/directives/corres/pdf/416028m_vol1.pdf
AH. Intellectual Property (IP) Website Link: http://www.cipo.ic.gc.ca/eic/site/cipointernet- internetopic.nsf/eng/Home
AI. International Intellectual Property Policy Website Link: http://www.ic.gc.ca/eic/site/ippd- dppi.nsf/eng/home
AJ. End User Certificate (EUC) Website Link: http://www.international.gc.ca/controls- controles/about-a_propos/impor/IIC.aspx
AK. Canadian Environmental Protection Act (CEPA) Website Link http://www.ec.gc.ca/default.asp?lang=En&n=FD9B0E51-1
AL. National Pollutant Release Inventory (NPRI) Website Link http://www.ec.gc.ca/lcpe-cepa/default.asp?lang=En&n=0DA2924D-1&wsdoc=4ABEFFC8- 5BEC-B57A-F4BF-11069545E434 http://www.ec.gc.ca/lcpe-cepa/default.asp?lang=En&xml=8D8A7C87-C762-26E2-9AB7- 1B6F15DDB9DC
AM. CANFORGEN 104/11 ADM MAT 001/11 131216Z JUN 11 USE OF CFRIS FOR RECORDING ALL AMMUNITION AND EXPLOSIVE EXPENDITURES, available on request.
AN. Guidelines for Effluent Quality and Wastewater Treatment at Federal Establishments, Environment Canada, 1976” Website Link (http://www.ec.gc.ca/eu-ww/default.asp?lang=En&n=0FB32EFD-1
This document RDIMS File 3407437 Appendix B1 - 3/7 Appendix B1 To Annex B, SOW – Demil X-Ref RDIMS 3407415 Dated: 31 December 2013
AO. Chemical Substances, Website link http://www.chemicalsubstanceschimiques.gc.ca/index-eng.php
AP. Canadian Council of Ministers of Environment: Operating and Emission Guidelines for Municipal Solid Waste Incinerators, Website link http://www.ccme.ca/assets/pdf/pn_1085_e.pdf
AQ. Canadian Council of Ministers of Environment, National Guidelines for Hazardous Waste Incineration Facilities, design and Operating Criteria, Volume 1 March 1992, Website Link http://www.ccme.ca/assets/pdf/pn_1076_e.pdf and volume 2 http://www.ccme.ca/assets/pdf/pn_1078_e.pdf
AR. Ontario Guideline A-1, Combustion, Air Pollution Control and Monitoring Requirements for Biomedical Waste Incinerators in Ontario, 2002. http://www.ene.gov.on.ca/stdprodconsume/groups/lr/@ene/@resources/documents/resource/std0 1_078346.pdf
AS. British Columbia, Combustion of Municipal Solid Waste, Fact Sheet, Air Emissions, 2011, Table 1 http://www.env.gov.bc.ca/epd/industrial/factsheets/pdf/combustion-msw.pdf
AT. DAOD 4003 -0 Environmental Protection and Stewardship dated 2004-07-30, http://www.admfincs.forces.gc.ca/dao-doa/4000/4003-0-eng.asp
AU. The Environmental Protection Agency (US) 40 CFR Part 63: National Emission Standards for Hazardous Air Pollutants (NESHAP): Standards for Hazardous Waste Combustors: Reconsideration; Final Rule http://www.epa.gov/fedrgstr/EPA- AIR/2005/October/Day-12/a18824a.pdf
AV. United Nations Economic Commission for Europe (UNECE) Dangerous Goods; Website link http://www.unece.org/trans/danger/danger.html
AW. Directive 2010/75/EU of the Europe Parliament and of the Council of 24 November 2010 on industrial emissions (integrated pollution prevention and control) (Recast) http://eur-lex.europa.eu/LexUriServ/LexUriServ.do?uri=OJ:L:2010:334:0017:0119:EN:PDF
AX. Registration, Evaluation, Authorization and Restriction of Chemicals (REACH) European Union Regulation website Link: http://ec.europa.eu/environment/chemicals/reach/reach_intro.htm
AY. International Organization for Standardization (ISO) 14001 Environmental Management Systems, Website Link http://www.iso.org/iso/iso_catalogue/management_and_leadership_standards/environmental_ma nagement.htm
This document RDIMS File 3407437 Appendix B1 - 4/7 Appendix B1 To Annex B, SOW – Demil X-Ref RDIMS 3407415 Dated: 31 December 2013
AZ. A-GG-040-004/AG-001 General Safety Program – Hazardous Materials Safety and Management Manual
BB. C-02-040-007/TS-001, General Safety Program, General Safety Precautions, Chapter 7, Static Electricity in Clothing
BC. Canada Labour Code – Health and Safety, Website Link http://admie.ottawa-hull.mil.ca/Dge/EnviroOSH/documents/canada/caeclc/caaclce0.htm and http://laws-lois.justice.gc.ca/eng/acts/L-2/page-2.html
BD. Canadian Transportation of Dangerous Goods Regulations, Website Link http://www.tc.gc.ca/eng/tdg/safety-menu.htm
BE. The United States Code of Federal motor Regulation CFR 49 Transportation Parts 100 to 177, Website Link http://www.gpoaccess.gov/cfr/index.html
BF. The United States Federal Motor Carrier Safety Regulations Parts 395 and397
BG. C-09-005-003/TS-000 Ammunition and Explosive Safety Manual Volume 3 – Transportation, Website Link http://www.access.gpo.gov/cgi-bin/cfrassemble.cgi?title=200349
BH. International Civil Aviation Organization (IATA) and Technical Instructions (ICAO), Website Link http://www.iata.org/Pages/default.aspx http://www.icao.int/Pages/default.aspx
BI. International Maritime Dangerous Goods Regulations (IMDG), Website Link http://www.imo.org/blast/mainframe.asp?topic_id=158
BJ. International Ammunition Technical Guideline (IATG) 08.10 Transportation, available on request.
BK Canadian Food Inspection Agency (this site is for insect and treatment of wood), Website Link http://www.inspection.gc.ca/plants/exports/international- standards/eng/1307387838940/1307388138219
BL. The Government Security Website Link: http://www.tbs-sct.gc.ca/pol/doc- eng.aspx?id=16578
BM. National Defence Security Policy (NDSP) website Link
This document RDIMS File 3407437 Appendix B1 - 5/7 Appendix B1 To Annex B, SOW – Demil X-Ref RDIMS 3407415 Dated: 31 December 2013
BN. DAOD 6003-0 Information Technology Security website Link: http://www.admfincs.forces.gc.ca/dao-doa/6000/6003-0-eng.asp
BO. DAOD 6003-1 Information Technology Security Programme Website Link http://www.admfincs.forces.gc.ca/dao-doa/6000/6003-1-eng.asp
BP. C-98-002-003/MS-003 Description, Installation and Maintenance of Fences
BQ. I. C-98-002-003/MS-003 Description, Installation and Maintenance of Fences
BR. Emergency Response Guidebook
BS. C-09-040-001/TS-000 Fire-Fighting and Withdrawal times And Distances for Conventional Ammunition
BT. C-97-005-001/AM-000 Servicing of portable Ground Fire Fighting Equipment
BU. Realty Asset Management Manual (RAMM) Chapter 10 Fire protection and Emergency Services
BV. A-PD-050-906/PT-001 Occupational Specification for the Civilian Ammunition Technician Occupation
BX. A-GG-040-006/AG-002 DND Ammunition or Explosives Accidents, Incidents, defect and Malfunction Reporting
BY. Financial Administration Act: http://laws-lois.justice.gc.ca/eng/acts/F-11/index.html
BZ. Department of Natural Resources Act: http://laws-lois.justice.gc.ca/eng/acts/N-20.8/
CA. Department of Environment Act: http://laws-lois.justice.gc.ca/eng/acts/E-10/
CB. Federal Sustainable Development Act : http://laws-lois.justice.gc.ca/eng/acts/F- 8.6/index.html
CC. Public Works and Government Services Act: http://laws-lois.justice.gc.ca/eng/acts/P- 38.2/page-1.html
CD. Federal Sustainable Development Strategy: http://www.ec.gc.ca/dd- sd/default.asp?lang=En&n=F93CD795-1
This document RDIMS File 3407437 Appendix B1 - 6/7 Appendix B1 To Annex B, SOW – Demil X-Ref RDIMS 3407415 Dated: 31 December 2013
CE. PWGSC Policy on Green Procurement: http://www.tpsgc-pwgsc.gc.ca/ecologisation- greening/achats-procurement/politique-policy-eng.html
CF. DND/CF Contribution to the Federal Sustainable Development Strategy: http://www.forces.gc.ca/en/about-reports-pubs-report-plan-priorities/2013-other-reports-plans- priorities.page?#sec1_10
This document RDIMS File 3407437 Appendix B1 - 7/7 Appendix B2 To Annex B SOW –Demil X-Ref RDIMS 3407415 Dated: 31 December 2013 Glossary
To facilitate understanding and the interaction of terms in this Demil SOW the following meanings shall apply:
1. The following meanings shall apply:
a Aids to Production: is a term to describe repack materials such as metal, plastic, textile, cardboard or fibreboard, storage and transportation containers, other A&E components and ammunition pallets that are recovered and reused by supporting ammunition facilities in support of operations or A&E manufactures;
b. Ammunition: a device charges with energetics such as, explosives, propellants, pyrotechnic, initiating composition, or nuclear, biological or chemical material, fir use in military operations and includes non-charged or inert replica of such articles;
c. Ammunition Salvage: A&E components' that are recovered from workshop type operations and range practices that have been inspected for the absence of any explosive hazards and are no longer required for use, such as spent cartridge cases, clips, links, bandoleers, magazine chargers, shipping plugs etc;
d. Ammunition and Explosive (A&E) Accident: An ammunition or explosives accident means any undesired event involving the premature or unintended detonation or initiation of an ammunition or explosive that results in personal injury or death, or materiel losses.
e. Ammunition and Explosive (A&E) Incident: An ammunition or explosives incident means any undesired event involving ammunition or explosive that could, but does not, result in personal injury or death, or materiel losses. This includes theft.
NOTE
Ammunition and Explosive Accidents and Incidents shall be reported IAW A-GG-040-006/AG 002 DND Ammunition or Explosives Accident/Incident/Defect/Malfunction Reporting.
f. Breakdown: programmed end of life cycle task by which a fully assembled munition is disassembled isolating and removing specific components to facilitate ease of demilitarization, destruction or disposal;
This Document RDIMS 3407441
Appendix B2- 1/8 Appendix B2 To Annex B SOW –Demil X-Ref RDIMS 3407415 Dated: 31 December 2013 Glossary
To facilitate understanding and the interaction of terms in this Demil SOW the following meanings shall apply:
g. Contracting Authority (CA) is part of Public Works Government Services of Canada (PWGSC) acquisition department that is responsible for the management of the Contract, any changes to the Contract must be authorized in writing by the CA. The Contractor must not perform work in excess of or outside the scope of the Contract based on verbal or written requests or instructions from anybody other than the Contracting Authority.
h. Controlled Goods:
i. Controlled Goods (CG) are defined as technical data, materiel, or equipment specifically designed or modified for strategic or military purpose. (The official definition of CG can be found in DAOD 3003) More specifically, items are controlled goods if they are:
a. listed in the Export Control List (ECL); b. listed in the United States Munitions List (USML); c. specially designed to meet military requirements; d. specially designed or modified for a controlled good; e. controlled technical data (see controlled technical data definition); f. commercially available but modified for military purposes; or g. classified controlled goods.
The majority of items in the Department of National Defence's (DND)/Canadian Armed Forces (CAF) inventory are considered controlled goods, and not everyone may have access to them. It is everyone's responsibility to ensure that controlled goods do not fall into the wrong hands.
The Defence Production Act (DPA) defines an item as a controlled good depending on where it is listed in ECL. The items listed in the following groups of the ECL are controlled goods:
a. ECL Group 2 Munitions List, b. ECL Group 5 Miscellaneous Goods (article 5504), and
This Document RDIMS 3407441
Appendix B2- 2/8 Appendix B2 To Annex B SOW –Demil X-Ref RDIMS 3407415 Dated: 31 December 2013 Glossary
To facilitate understanding and the interaction of terms in this Demil SOW the following meanings shall apply:
c. ECL Group 6 Missile Technology Control Regime List (MTCRL).
ii. Non-Controlled Good: An item is not a controlled good if it is commercially available to the general public and has not been altered for a military purpose. Must be read and understood in conjunction with Demilitarization and Mutilation terms. Regardless of this term, DND/CAF requirement is to have all A&E, MS, A to P and Ammunition Salvage fully demilitarizes to the point that the item/material is no longer recognizable as originally design to a lay person.
i. Controlled Technology Access and Transfer (CTAT) Office:
The CTAT Office Technical Section is responsible for the policy and procedures that govern the Demilitarization Code (DMC) Assignment and Identification, DMC Challenge, DMC Review and Demilitarization Processes.
The CTAT Office Technical Section is the DND central point of contact for communicating with representatives of the Department of Foreign Affairs and International Trade Canada (DFAIT) when determining what items are Controlled Goods in Canada; and the US DoD Demilitarization Code Management Office (DCMO) on matters related to U.S.-origin items
j. Deactivation: The intentional process of rendering a military munition permanently inactive, inoperable or incapable of functioning as intended by the planned removal, replacement or modification of all essential energetic and non- energetic components in such a way that would preclude the munition from being reactivated. The process shall ensure that:
i. Arrangements and methods for deactivation are verified, where appropriate, by the competent authority to ensure that the removal, replacement or modifications made to the essential components of a munition render it permanently inoperable; and,
ii. Verification by the technical authority for the facility conducting the work, to include a certificate or record attesting to the deactivation of the A&E.
This Document RDIMS 3407441
Appendix B2- 3/8 Appendix B2 To Annex B SOW –Demil X-Ref RDIMS 3407415 Dated: 31 December 2013 Glossary
To facilitate understanding and the interaction of terms in this Demil SOW the following meanings shall apply:
k. De-confinement: The release, removal of or access to, internal energetics;
l. Demilitarization: Commonly referred to as “Full Demilitarization” or “Fully Demilitarized” (Full Demil) is the removing or otherwise nullifying the military potential of a munition prior to release into a non-military environment. To be considered as fully demilitarized, the ammunition, explosive and munition scrap must be treated by either an thermal or chemical process ensuring items are free of energetics after which all munition components must be permanently altered/ mutilated to the point the item is no longer useable as designed or intended and non-recognizable to a lay person;
m. Destruction: End of life cycle task or action which encompasses physically affecting a munition in such a way as to cause the energetic material in the item to function explosively or to be destroyed thermally (e.g. OB/OD and functioning);
n. Disassembly:Theprogrammedtaskbywhichafullyassembledmunitionis systematicallyseparatedintocomponentsandsubRcomponentassembliestofacilitate easeofmaintenance,modification,repairordemilitarization;
p. Disposal: The parent process to manage A&E end of life cycle actions for all related materials, that may include demilitarization operations, and encompasses where possible redistributing, transferring, donating, selling, re-cycling or the destruction of A&E;
q. Energetic Material: In the context of demilitarization refers to that explosive material which comprises the munitions energetic filler, initiation system or means of propulsion and releases its military potential when fired or subjected to suitable stimulus. Energetic materials which have been subjected to thermal or chemical stimulus or have released their military potential through firing may leave energetic residue;
r. Energetic Residue: In the context of demilitarization are those explosive residues which may remain in or on an item of ammunition that has released its military potential by firing, de-activation or other stimulus. Residue is most often in solid or powder form, and still requires further approved thermal or chemical treatment in order to render it suitable for release to the public;
This Document RDIMS 3407441
Appendix B2- 4/8 Appendix B2 To Annex B SOW –Demil X-Ref RDIMS 3407415 Dated: 31 December 2013 Glossary
To facilitate understanding and the interaction of terms in this Demil SOW the following meanings shall apply:
s. Explosives: anything that is made, manufactured or used to produce an explosion or a detonation or pyrotechnic effect, and includes anything prescribed to be an explosive by the Explosives Act, but does not include gages, organic peroxides or anything prescribed not to be an explosive by the regulations
t. Flashing: Flashing is the final treatment process that is normally applied to A&E and MS items that, may been thermally treated to remove energetic material or undergone other DAER approved processes. The process involves the application of heat at a predetermined temperature and duration to remove any remaining energetic residues that may not have been consumed through deactivation or other process. Items which have been flashed are considered to be safe for final disposal;
u. Heavy Metals: Loose defined subset of elements that exhibit metallic properties, some chemical properties or toxicity with a specific gravity of 5.0 or greater, such as; arsenic, cadmium, chromium, copper, mercury, manganese, nickel, lead, tin and thallium. These individual metals and metal compounds that in certain amounts could negatively affect human health. Because they cannot be degraded or destroyed they tend to be persistent in all parts of the environment (air, water and soil) and build up in biological systems becoming a significant health hazard;
v. Munition Scrap: All by-products resulting from the functioning of ammunition that are recovered during range clearance or contracted UXO activities. This may include empty shell casing, projectiles, launchers, shrapnel, pieces of fuse and all such objects;
w. Mutilate (Mutilation): the physical or mechanical action taken to deform or otherwise render an item unusable as originally designed. Acceptable mutilation methods are considered to be by crushing, shearing, shredding, cutting into pieces, smelting, extreme heat, cutting torch, denting, drilling holes, etc. The level of mutilation is generally determined by CG and the Demilitarization Code (DMC). The DND/CAF requires that all A&E, MS, A to P and Salvage must be mutilated to the point that items are no longer recognizable to an average lay person; (see Render Unrecognizable). This requirement ensures that A&E items, components and sub assemblies having been properly rendered unrecognizable do not form the basis for an EOD response after being released into the waste stream;
x. National Defence Headquarters // J4 Ammo: In respect to this SOW, the Canadian National Defence Headquarters, Canadian Joint Operations Command (CJOC) Canadian Materiel Support Group (CMSG), J4 Ammo organization, is responsible to provide coordination for transport of the ammunition and liaison with Canadian Forces Ammunition facilities where the ammunition is stored. This Document RDIMS 3407441
Appendix B2- 5/8 Appendix B2 To Annex B SOW –Demil X-Ref RDIMS 3407415 Dated: 31 December 2013 Glossary
To facilitate understanding and the interaction of terms in this Demil SOW the following meanings shall apply:
y. National Defence Headquarters // DND/CACAFF Technical Authority: In respect to this SOW, Director Ammunition Explosives Maintenance and Engineering (DAEME), organization, which Life Cycle Manager (LCMM) office or Disposal, Demil and R³ office are DND/CAF’s munitions Technical Authority (TA).
z. Positive Identification: Positive identification is achieved by the confirmation of a minimum of two data points (permanent in nature) in any configuration such as; documented and confirmed physical features, known and measured physical characteristics/dimensions, permanent markings (stamped, engraved, embossed, cast, etc). Colour coding and or legible markings denoting the nomenclature may be indicators of proper identification. As colour coding and less permanent type markings may fade over time however and/or may have been remarked incorrectly and therefore cannot be explicitly trusted, these shall not be exclusively or in conjunction with each other, be used to make a positive identification of a UXO, item, component or sub-assembly of A&E. For MS items which cannot be positively identified or 100 % verified as being empty are to be perforated in two (2) locations purposely targeting the means of initiation and propulsion or main filling;
aa Public Works Government Services of Canada (PWGSC): is made up of twelve (12) branches that are responsible for providing and managing services to the Government of Canada, Canadians and internally to the department. The branches are:
i. Accounting, Banking and Compensation;
ii. Acquisitions;
iii. Communications;
iv. Corporate Services and Strategic Policy;
v. Department Oversight;
vi. Finance;
vii. Human Resources;
viii. Information Technology Services;
ix. Integrated Services;
This Document RDIMS 3407441
Appendix B2- 6/8 Appendix B2 To Annex B SOW –Demil X-Ref RDIMS 3407415 Dated: 31 December 2013 Glossary
To facilitate understanding and the interaction of terms in this Demil SOW the following meanings shall apply:
x. Legal Services;
xi. Parliamentary Precinct; and Real Property.
In the respect to this SOW, PWGSC Acquisition Branch is providing services as the Contracting Authority (CA) for DND/CAF;
ab Resource Recovery and Recycling (R3): R3 is the intentional recovery of material of value from a demilitarized munition. The R3 process is achieved by thermal, chemical or mechanical methods and the R3 principle is applied through the reclaim, reuse or recycling of waste energy and by-products or through sale of residual scrap materials;
ac Render Unrecognizable: The result of action(s) whereby an A&E item, MS, A to P and Ammunition Salvage, component or assembly is permanently altered to the extent that it is not recognizable as an A&E, MS, A to P or Ammunition Salvage by an average layperson. The extent of alteration is directly dependant on the method of mutilation and final disposition. The resultant alteration must be such that if found, an EOD operator or ammunition practitioner would easily know the item in question does not pose a risk;
ad. Technical Authority: An organization, position or individual who by virtue of delegated authority, purpose, function or specific training and experience is conversant with the applicable standards, policies and regulations and is capable of performing a designated technical function related to the life cycle of A&E;
ae. Thermal Treatment: The controlled process of applying heat at a predetermined temperature for a specified duration to A&E items causing them to function (detonate or deflagrate) consuming the energetic material contained within or, to de-confine and liquefy the energetic material so that it may be collected in bulk and destroyed separate from its container. Thermal treatment may be accomplished by the use of equipment or other method which has been specifically designed to with-stand controlled explosive events. Items that have been thermally treated may additionally undergo further processing in a thermal flashing furnace (see flashing above) to remove the remaining energetic residue which may not have been consumed during thermal treatment;
af. Waste Stream: In the context of A&E these are solid, liquid or gaseous substances which are produced or result directly from the demilitarization of A&E and potentially present a health or environmental hazard. Such wastes require additional and sometimes extensive treatment before they may be considered safe for final disposal or re-use by the public; This Document RDIMS 3407441
Appendix B2- 7/8 Appendix B2 To Annex B SOW –Demil X-Ref RDIMS 3407415 Dated: 31 December 2013 Glossary
To facilitate understanding and the interaction of terms in this Demil SOW the following meanings shall apply:
ag. U.S. International Traffic in Arms Regulations (ITAR): International Traffic in Arms Regulations (ITAR) is a set of United States Government regulations that control the export and import of defence-related articles and services. These regulations implement the provisions of the Arms Export Control Act. For practical purposes, ITAR regulations dictate that information and material pertaining to defence and military related technologies may only be shared with US Persons unless approval from the Department of State is received or a special exemption is used;
This Document RDIMS 3407441
Appendix B2- 8/8 Appendix B3 To Annex B, SOW – Demil X-Ref RDIMS 3407415 Dated:31 December 2013 List of Acronyms DNT 2,4-dinitrotoluene % Percentage °C Degree in Celsius °F Degree in Fahrenheit 5X Term used to indicated the level of munitions scrap process in that the munitions scrap had under gone an treatment process nullifying energetic residue (this term is replaced with MPPEH) @at A to P Aids to Production A&E Ammunition and Explosives A&EI Ammunition and Explosive Instruction AAN Ammonium Nitrate AESP Ammunition and Explosives Safety Program Ammo Tech Ammunition Technician Ammo Ammunition ANFO Explosive mixture of perile (ammonium nitrate and fuel oil) AP Ammonium Perchlorate APE Ammunition Peculiar Equipment As Arsenic ASSB Ammunition Safety and Suitability for Service Board ATO Ammunition Technical Officer BAT Best Available Technique BIP Blow in Place C4 Plastic Explosive (RDX 91%, Polyisobutylene 2.1%, Motor Oil 1.6% and Di-(2-ethylhexy) Sebacate 5.3%) CA Contract Authority Cal Calibre Cart Cartridge CAS Chemical Abstracts Service Number CAT Civilian Ammunition Technician Cd Cadmium CDC Contained Detonation Chamber (sometimes referred as cold detonation chamber) CEPA Canadian Environmental Protection ACT CAF Canadian Armed Forces CCS Chemical Compliance System Incorporated CFB Canadian Forces Base CFAD Canadian Forces Ammunition Depot cfm Cubic foot per minute (US) CFR U.S Code of Federal Regulation CFTO Canadian Forces Technical Orders CG Controlled Goods
This Document RDIMS file 3407444
Appendix B3 - 1/6 Appendix B3 To Annex B, SOW – Demil X-Ref RDIMS 3407415 Dated:31 December 2013 List of Acronyms CGR Controlled Goods Regulations Cil Civilian CJOC Canadian Joint Operations Command cm Centimeter CCME Canadian Council of the Ministers of the Environment CMD Conventional Munition Disposal CMSG Canadian Materiel Support Group CO Carbon Monoxide
CO2 Carbon Dioxide Comp B Composition B (explosive Mixture of TNT and RDX) Cr Chromium CS chemical irritant agent (orthochlorobenzylidene malononitrile in cyclohexanone)` CSA Canadian Standards Association CTAT Controlled Technology Access and Transfer Cu Copper DAEME Directorate Ammunition Explosive Management and Engineering DAER Directorate Ammunition Explosive Regulator DAOD Defence Administrative Orders and Directives DDESB US Department of Defense Explosive Safety Board Demil Demilitarization DLEPM Director General Land Equipment Program Management DMNB High Explosive tangent 2,3-dymethyl-2 , 3-Dinitrobutane DND Department of National Defence DO Defence Ordnance DoD United States Department of Defence DoT United States Department of Transportation DPA Defence Production Act DRE Destruction and Removal Efficiency DRDC Defence Research Department Canada EiA Environmental Assessment EMS Environmental Management System EOD Explosive Ordnance Disposal EPA Environmental Protection Agency ES Exposed Site EU European Union EUC End User Certificate EWI Explosive Waste Incinerator as known as an Rotary Kiln EX Explosives Registration Number FFE Free From Explosives (this term is becoming obsolete) FF Flash Furnace fpm Foot per minute (US)
This Document RDIMS file 3407444
Appendix B3 - 2/6 Appendix B3 To Annex B, SOW – Demil X-Ref RDIMS 3407415 Dated:31 December 2013 List of Acronyms FOC Full Operational Capability Full Demil Full Demilitarization FY Fiscal Year( 1 April to 31 March) g/l Gram per litre g/m³/hr Gram per cubic metre per hr GSM Government Supplied Material GD-OTS General Dynamics Ordnance and Tactical Systems Canada H2O Oxygen HC smoke (aluminum zinc oxide hexachloroethane) HCC Hazard Classification Codes HDC Hot Detonation Chamber (another name for SDC) HCI Hydogen Chloride HE High Explosives HERO Hazards of Electromagnetic Radiation to Ordnance HMX Tetranitrotetrazacylo-Octance HF Hydrogen Fluoride Hg Mercury HPLC High Performance Liquid Chromatography HRA Health Risk Assessment IATA International Air Transport Association IAW In accordance with ICAO International Civil Aviation Organization IMDG International Maritime Dangerous Goods(Code) IP Intellectual Property ISO International Organization for Standardization ITAR International Traffic in Arms Regulations Kg Kilogram lb Pound lbs/hr Pounds per hour LCMM Life Cycle Materiel Managers LE Law Enforcement m metre m² Square metre M1 Type of propellant M28 Type of propellant M8 Type of propellant MACA Months after Contract Award MACS Munitions Analytical Compliance Suite MDAS Material documented as safe (this replaces 5x and FFE) MDEH Material documented as an Explosive Hazard mg Milligram 3 mg/m Milligram per metre cubed This Document RDIMS file 3407444
Appendix B3 - 3/6 Appendix B3 To Annex B, SOW – Demil X-Ref RDIMS 3407415 Dated:31 December 2013 List of Acronyms MHE Material Handling Equipment MIDAS Munitions Items Disposition Action System Mil Military Min Minute mm Millimetre MOSID Military Occupational Structure Identification MPPEH Material potentially Presenting an Explosives Hazard MS Munitions scrap, a by-products recovered from range clearance or during the dis-assembly of ammunition operation MSP Munitions Supply Program NDSP National Defence Security Policy
NO2 Nitrogen Dioxides Ni Nickel NO Nitrogen Monoxide NA not applicable NASA North American Space Agency NATO North American Treaty Organization NC nitrocellulose NDHQ National Defence headquarters NDT Non Destructive Testing NEC Net Explosives Content NEQ Net Quantity Explosives (US uses NEC) NG Nitroglycerin NQ Nitroguandine NPRI National Pollutant Release Inventory Reporting NRCan Natural Resources Canada NSN NATO Stock Number
O2 Oxygen OB Open Burning OD Open Detonation OEM Original Equipment Manufacturer OGT Off Gas Treatment Para Paragraph Pb Lead PBX Plastic Bonded Explosives PCB Polychlorinated biphenyls PCS Pollution Control System PCSN Part Control Stock Number PES Potential Explosion Site PETN Pentaerythritol Tetranitrate pH pH Levels (chemistry measurement) POL Petroleum, Oil and Lubricants This Document RDIMS file 3407444
Appendix B3 - 4/6 Appendix B3 To Annex B, SOW – Demil X-Ref RDIMS 3407415 Dated:31 December 2013 List of Acronyms ppm Part per million ppmv Part per million by volume PSN Part Stock Number (Catalog in Canada Only) PWGSC Public Works Government Service Canada Pyro Pyrotechnic QL Qualification Level QA Quality Assurance QAR Quality Assurance Representative R3 Recover (or Reclaim) Reuse and Recycle RADHAZ Radiation Hazard RCMP Royal Canadian Mounted Police RDX Cyclonite Trinitrotriazacyclohexane REACH Registration, Evaluation, Authorization and Restriction of Chemicals, European Union Regulation Ref Reference RF Radio Frequency RP Red Phosphorus RT Remediation Technologies S³ Safety and Suitability for Service SAA Small Arms Ammunition sc Supercritical scfm Standard cubic foot per minute SCWO Supercritical Water Oxidation SDC Static Detonation Chamber Sgt Sergeant
SO2 Sulphur Dioxide SOP Standing Operating Procedure SOW Statement ofWork STANAG Standardization Agreement Subpara Sub paragraph TA Technical Authority TBD To be determine TDG Transportation of Dangerous Goods TDI Technical Data Information TDP Technical Data Package Ti Thallium TiO2 Titanium dioxide TLV threshold limit value TNT Trinitrotoluene Tpt Transportation Tpt A Transportation Agent TRA Threat Risk Assessment
This Document RDIMS file 3407444
Appendix B3 - 5/6 Appendix B3 To Annex B, SOW – Demil X-Ref RDIMS 3407415 Dated:31 December 2013 List of Acronyms UK MOD United Kingdom Ministry of Defence UN United Nations US United States US DoD Unitized States Department of Defence USML United States Munitions List UXO Unexploded Ordnance VOC Volatile organic compound WO Warrant officer WP White Phosphorous Zn Zinc ºC Temperature in Celsius ºF Temperature in Fahrenheit